Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 40605
-, SPECIFICATIONS . AND CONTRACT DOCUMENTS CITY SECRETARY 4<.)~ 05 FOR CONTRACT NO.__;:.-----=--- W ATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E CllY SECRETARY Water Project No.: P253-608170125183 Sewer Project No.: P258-708170125183 DOENO. 4432 O.O.E. FILE City Project No. 01251 CONTRACTOR'S BONDING CO, CONSTRUCTION'S COPY FORT lllORTH CLIENT DEPARTMENT ff~ Dale A. Fisseler, PE City Manager City of Fort Worth, Texas 2010 Mike Moncrief Mayor William A. Verkest, PE Director of Transportation and Public Works S. Frank Crumb, PE Director r--------. Water Department Prepared By: BROWN &GAY ENGINEERS, INC. 108 West 8th Street, Suite 200 .Fort Worth, Texas 76102 07-26-10 P12:35 IN 21 • Page 1 of 3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/15/2010 -Ord. No. 19189-06-2010 DATE: Tuesday, June 15 , 2010 LOG NAME: 6004WSME-LAUGHLEY SUBJECT: REFERENCE NO.: C-24276 Authorize a Contract in the Amount of $1,405,589.00 with Laughley Bridge & Construction , Inc., for Water and Sanitary Sewer Replacement Contract 2004 , WSM-E on Oakland Boulevard, Scenery Hill Road , Scenery Hill Court, Menzer Street and Menzer Court and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $1,517 ,041 .00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount $1 ,056,111.10 and Sewer Capital Projects Fund in the amount of $460,929.90 ; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $1,056,111 .10 and Sewer Capital Projects Fund in the amount of $460 ,929 .90 from available funds; and 3. Authorize the City Manager to execute a contract in the amount of $1 ,405,589.00 with Laughley Bridge & Construction, Inc., for Water and Sanitary Sewer Replacement Contract 2004 , WSM-E. DISCUSSION: On February 24, 2009 , (M&C C-23369) the City Council authorized the City Manager to execute an Engineering Agreement with Brown & Gay , Inc., for Water and Sanitary Sewer Replacement Contract 2004 , WSM-E. This project consists of water and sanitary sewer main replacements on the following streets : Street Oakland Boulevard Scenery Hill Road Scenery Hill Court Menzer Street Menzer Court From Service Road Menzer Street Scenery Hill Road Scenery Hill Road Menzer Street To Meadowbrook Drive Barnett Street Dead End Menzer Court Dead End This project was advertised for bid on February 4, 2010 and February 11 , 2010, in the Fort Worth Star- Telegram. On March 25, 2010, the following bids were received : Bidder *RKM Utility Services *MACVAL Associates , LLC Laughley Bridge & Construction, Inc. Conatser Construction TX, LP Amount $1,273,661.00 $1,311,585.50 $1,405 ,589.00 $1 ,466,275.00 Time of Completion 230 Calendar Days http ://apps.cfwnet.org/ecouncil/printmc .asp?id= 13419&print=true&DocType=Print 7/1/2010 Utilitex Construction, LLP ME Burns Construction, Inc. Cleburne Utility Construction , Inc. William J . Schultz, Inc., d/b/a Circle "C" Construction Company Burnsco Construction, Inc. SHUC, Inc. Tri-Tech Construction, Inc. Jackson Construction Barson Utilities $1,557,381 .10 $1 ,566 ,298.00 $1,601 ,127.00 $1 ,610,528.00 $1 ,622,967 .50 $1,667,134 .95 $1,685,633.00 $1,737,438 .00 $2,085,471.40 Page 2 of3 *RKM Utility Services , Inc., and MACVAL Associates, LLC have been determined by staff to be non- responsive to the contract specifications due to failure to comply with their prequalification pipe size restriction of 12 inches in diameter and smaller for water and/or sanitary sewer main installation. This project includes 16 inch water main installation. M/WBE -Laughley Bridge & Construction, Inc., is in compliance with the City's M/WBE ordinance by committing to 12 percent M/WBE participation . The City's goal on this project is 12 percent. In addition to the contract cost $61,000.00 (Water: $35,000.00 ; Sewer: $26,000.00) is required for construction staking, project management , material testing and inspection and $50,452 .00 (Water ; $29 ,741 .00; Sewer: $20 ,711.00) is provided for project contingencies . 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. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1&2} P253 476045 6081701251ZZ $1,056,111 .10 1} PE45 538040 0609020 1&2} P258 476045 7081701251ZZ $460,929 .90 1} PE454 538040 0709020 2} P253 531350 608170125152 $7,000.00 2} P253 541200 602170125183 2} P253 511010 608170125180 $4,000 .00 2} P258 541200 708170125183 2} P253 541200 608170125183 $1,021 ,111.10 2} P253 531200 608170125184 $7,000 .00 2} P253 531350 608170125184 $2,000 .00 2} P253 531350 608170125185 $15,000.00 2} P258 531350 708170125152 $5,000 .00 2} P258 511010 708170125180 $5,000 .00 2} P258 541200 708170125183 $434,929.90 2} P258 531200 708170125184 $5,000 .00 2} P258 531350 708170125184 $1,000 .00 2} P258 531350 708170125185 $10,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) http://apps.cfwnet.org/ecouncil/printmc.asp ?id= 13419&print=true&DocType=Print $1,056,111 .10 $460,929 .90 $991,370 .00 $414,219.00 7/1/2010 Originating Department Head: Additional Information Contact: ATTACHMENTS S . Frank Crumb (8207) Roberto C. Sauceda (2387) 1. 6004WSME LAUGHLEY MAP REVISED.pdf (Public) 2 . 6004WSME-LAUGHLEY AO.doc (Public) 3. 6004WSME-LAUGHLEY COMPLIANCE.pdf (CFW Internal) 4. 6004WSME-Laughley Sewer FAR.pdf (CFW Internal) 5. 6004WSME-Laughley Water FAR.pdf (CFW Internal) 6. Accounting lnfo.pdf (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc.asp ?id= 13419&print=true&Doc Type= Print Page 3 of 3 7/1/2010 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 4 To the Plans, Specifications & General Contract Documents WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E WATER PROJECT NO.:P253-608170125183 SEWER PROJECT NO.; P258-708170125183 DOE NO. 4432 City Project No. 01251 Bid Date: March 25, 201 O Addendum No . 1: Issued March 4, 2010 Addendum No. 2: Issued March 8, 201 O Addendum No. 3: Issued March 22, 201 O Addendum No . 4: Issued March 23, 2010 This Addendum, forms part of the Plans , Specifications & Contract Documents 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-Part B-Proposal-19R of 19R) 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 for Water and Sanitary Sewer Replacement contract 2004 WSM-E are hereby revised by Addendum No. 4 as follows : 1. The bidder agrees to complete the contract within 230 calendar days. ADDENDUM NO. 4 Issued : March 23, 2010 Page 1 All other provisions of the plans , specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. 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 "NON RESPONSIVE ," resulting in disqualification . RECEIPT ACKNOWLEDGEMENT: ISSUED BY: S. Frank Crumb, PE Water Department Director By : Tony Sholola, PE Engineering Manager ADDENDUM NO. 4 Issued : March 23 , 2010 Page2 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 3 To the Plans , Specifications & General Contract Documents WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E WATER PROJECT NO.:P253-608170125183 SEWER PROJECT NO .; P258-708170125183 DOE NO. 4432 City Project No. 01251 Bid Date: March 25, 201 O Addendum No. 1: Issued March 4 , 2010 Addendum No. 2: Issued March 8 , 2010 Addendum No. 3: Issued March 22 , 2010 This Addendum , forms part of the Plans , Specifications & Contract Documents 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-Part 8 -Proposal-19R of 19R) 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 for Water and Sanitary Sewer Replacement contract 2004 WSM-E are hereby revised by Addendum No . 3 as follows : 1. Addition of the following plan sheets , a. Sheet 1 of 3 -OVERALL PROJECT LAYOUT b. Sheet 2 of 3-8" WAT ER PLAN -MIMS STREET-STA 0+06 .00 TO STA 8+00 c . Sheet 3 of 3-8" WATER PLAN-MIMS STREET-STA 8+00 .00 TO STA 16+40.38 2 . Revision of Sheet 2 of 25 -LEGEND , SHEET INDEX & GENERAL NOTES to reflect the changes to the sheet index. 3. Part B -Proposal -Replace the proposal in the Specifications & Contract Documents for the above referenced project with the attached proposal. ADDENDUM NO. 3 Issued : March 22 , 2010 Page 1 All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. 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: ISSUED BY: S . Frank Crumb, PE Water Department Director By: Tony Sholola, PE Engineering Manager ADDENDUM NO. 3 Issued: March 22, 2010 Page 2 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E WATER PROJECT NO.:P253-608170125183 SEWER PROJECT NO.; P258-708170125183 DOE NO. 4432 City Project No. 01251 Bid Date: March 25, 2010 Addendum No. 2: Issued March 8, 201 O This Addendum, forms part of the Plans, Specifications & Contract Documents 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-Part B-Proposal-18 of 18) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of thfs addendum could subject the bidder to disqualification . The plans and specification documents for Water and Sanitary Sewer Replacement contract 2004 WSM-E are hereby revised by Addendum No. 2 as follows : 1. The bid date and time for the project is Thursday, March 25, 2010 at 1 :30 p.m. 2 . An Addendum No. 3 will be issued prior to Monday, March 22, 2010. This addendum will include additional plan sheets for approximately 1,650 LF of 8-inch water line and a revised bid proposal. ADDENDUM NO. 2 Issued: March 8, 2010 Page 1 All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. 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 cons idered "NONRESPONSIVE," resulting in disqual ification . RECEIPT ACKNOWLEDGEMENT: By:0.-/~L- State: -r/ S. Frank Crumb , PE Water Department, Director By: Tony Sholola , PE Engineering Manager ADDENDUM NO . 2 Issued : March 8, 2010 Page2 ' CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 To the Plans , Specificat ions & General Contract Documents WATER AND SAN ITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E WATER PROJECT NO .:P253-608170125183 SEWER PROJECT NO .; P258-708170125183 DOE NO . 4432 C ity Project No . 01251 Revised Bid Date: March 11, 2010 Addendum No . 1: Issued Ma rch 1, 201 O This Addendum , forms part of the Plans , Specifications & Con t ract Documents 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 -Part B-Proposal -18 of 18) and acknowledge receipt on the outer envelope of your bid. Fa ilure to acknowledge receipt of th is addendum could subject the bidder to disqualification. The plans and specification documents for Water and Sanitary Sewer Replacement cont ract 2004 WSM -E are hereby revised by Addendum No . 1 as follows : 1. The revised bid date and time for the project is Thursday, March 11 , 2010 at 1 :30 p.m. 2 . SHEET 16 OF 25 of the Plans - Disrega rd the specification for RACI Spacers in the profile view called out at STA 0+21 .27 and STA 0+61.27. The proposed water line shall be secured by casing spacers per the Water Department's approved product list {WTR-017). 3 . SHEET 16 OF 25 of the Plans -The plan view note specifying pipe material for the water line constructed by other than open cut specifies ductile iron pipe . This note should read as follows : "CONSTRUCT 40 LF OF 16 " (AWWA-C905) DR-18 PVC WATER LINE BY OTHER THAN OPEN CUT WITH 30 " STEEL CASING PIPE PER CITY OF FORT WORTH WATER DETAIL WTR-017" 4 . SHEETS 17, 18 & 19 OF 25 of the Plans -Installation of the 8 " END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT shall be subsid iary to the installation of the 8-l nch PVC . The material for the three (3) 8-ln c h plugs is included in t he list of Ductile Iron Fitt ings . ADDENDU M NO . 1 Issued: March 1, 2010 Pag e 1 All other provisions of the plans, specifications and contract documents for the project wh ich are not expressly amended herein shall remain in full force and effect. A signed copy of the Addendum should be included in the sealed b id 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: By : S . Frank Crumb, PE Water Department, Director ·-01\ By : T y Sholola , PE Engineering Manager ADDENDU M NO. 1 Issued : Ma rc h 1, 2010 Pa ge 2 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E Water Project No.: P253-608170125183 Sewer Project No.: P258-708170125183 DOENO. 4432 City Project No. 01251 fORTWORTH City of Fort Worth, Texas 2010 Dale A. Fisseler, PE City Manager William A. Verkest, PE Director of Transportation and Public Works Prepared By: BROWN &GAY ENGINEERS, INC. 108 West 8th Street, Suite 200 Fort Worth, Texas 76102 Mike Moncrief Mayor S. Frank Crumb, PE Director Water Department ~,'\."-"'"" \'I 'I. $~€, OF r:;'-llt ~..c ~"\..*•• ..... • .. ~-,rA l1l _,.._, •' •.--r.n l ::;' ~ •• • • •• u · 7,,. :t*~· \*~ ~*l \*i ;;!· .. -...... ·················~·-·~ ~ CARL J . KROG NESS ~ ~ .... ,...... ......... -....... ..,._.~ ~ ,o\ 91869 j <t-;:! ~~:\ ( •• • <v j1 .,I O.,c,: 00 •./. CE NS~~-·~~ 5 lz,l·ss ..... -'t\(>" ,¢' ~,1.. IONAL ~ ,¢-- "l~'\"\.~"-' (dA/f!_~t.}eotD Brown & Gay Engineers, Inc. I F-1046 TABLE OF CONTENTS PART A-Notice to Bidders Special Instructions to Bidders (Water Department) City of Fort Worth Minority/Woman Business Enterprise Policy PART B -Proposal PART C -General Conditions PART Cl -Supplementary Conditions to Section C PART D-Special Conditions PART DA -Additional Special Conditions PART E -Specifications PART F-Bonds • Certificate of Insurance • Contractor Compliance with Workers' Compensation Law • Performance Bond • Payment Bond • Maintenance Bond PART G-Contract (City of Fort Worth) APPENDIX A -Standard Details TC-1 Part A Notice to Bidders PART A-NOTICE TO BIDDERS Sealed proposals for the following : FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E SECTION A: Water Project No. P253-608170125183 SECTION B: Sewer Project No. P258-708170125183 City Project No. 01251 DOENO. 4432 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until l :30 p.m., March 5, 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 offices of Brown & Gay Engineers, Inc., 108 W. 8th Street, Suite 200, Fort Worth, TX 76102. A set of plans and documents for this project may be purchased for a non-refundable cost of sixty dollars ($60). Documents may also be obtained free of charge at the City's online bidding system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents. Please note that the plans and specifications will be available for pick up on February 8, 2010. The major work will consist of the (approximate) following: Section A-Water Line Improvements 100 L.F. 16-inch Water Line 7,765 L.F. 8-inch Water Line Section B -Sanitary Sewer Line Improvements 945 L.F. 10-inch to 12-inch Sanitary Sewer Line -Pipe Enlargement 1,500 L.F. 8-inch Sanitary Sewer Line All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instruction to Bidders. For additional information, please contact Roberto Sauceda, Project Manager, City ofFort Worth-Water Department at Telephone Number: (817) 392-2387 or Carl J. Krogness, P.E., Project Manager, Brown & Gay Engineers, Inc. at (817) 887-6138. Advertising Dates: 02/04/2010 02/11/2010 NTB-1 PART A -COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-E SECTION A: Water Project No. P253-608170125183 SECTION B: Sewer Project No. P258-708170125183 DOE NO. 4432 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., March 4, 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 offices ofBrmvn & Gay Engineers, Inc., 108 W. 8th Street, Suite 200, Fort Worth, TX 76102 . A set of plans and documents for this project may be purchased for a non-refundable cost of sixty dollars ($60). Documents may also be obtained free of charge at the City's online bidding system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents. Please note that the plans and specifications will be available for pick up on February 8, 2010. The major work will consist of the (approximate) following : Section A-Water Line Improvements 100 L.F. 16-inch ·Water Line 7,765 L.F. 8-inch Water Line Section B -Sanitary Sewer Line Improvements 945 L.F. 10-inch to 12-inch Sanitary Sewer Line -Pipe Enlargement 1,500 L.F. 8-inch Sanitary Sewer Line Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. 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 13 -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. 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 Index and Receipt form(s). Bids that do not acknowledge receipt of all PART A-COMPREHENSIVE NOTICE TO BIDDERS addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting Carl J. Krogness of Brown & Gay Engineers, Inc. at 817-887-6138. 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 . 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 managing department to whom delivery was made. Such receipt shall be evidence that the City ofFort Worth received the Documentation. Failure to comply shall render the bid non-responsive. SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non-responsive . 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 Port Worth. The managing department for this project is the Water Department. For additional information , please contact Robert Sauceda, Project Manager, City of Fort Worth -Water Department at Telephone Number: (817) 392-2387 or by email: robert.sauceda@fortworthgov.org, and/or Carl J. Krogness, P.E., Project Manager, Brown & Gay Engineers, Inc. at (817) 887-6130. Dale A. Fisseler, P.E. CITY MANAGER Advertising Dates: 02/04/2010 02/11/2010 By: _ _._/_o....._~;q...T_o_ny5=-S.......,h~w:::...,ltl--'-: ..... ~_._~E-. ---- Engineering Manager Water Department MARTY HENDRIX CITY SECRETARY Special Instructions to Bidders (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening ofbids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work ofboth the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount ofnot 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 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 proofrequired 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 . WAGERATES: 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 wo~_!?T-~ ~ese _,~<:;?.!,..~!~a!!..,~.~~" at a!I !~~,a~!~ h ~~&!" J.,nsl'.~tion _ ~y ~~e .£i!lJ~ifli:t ,. . ·o fRi ' ':. 1 u. """' '"'#·'·''·a hLof~ectiori ,Gl::su~ leinent..ru'Condition§To'·Patt-0 "'''.;.:.'l,•,c 1>M, ~--R ~"<'f" -~ --~-·----~PP-----~J -~." "'""'"·-·=-···· ·- )J,,, ____ ~~.,Qooi!!!!f>]§.. ,.. -.@..2!!, (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. ''Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8 . PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy'') of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 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 d efend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal , state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5 :00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent 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 li st 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 "-,, e 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 MBE/WBE goal on this project is __ 12 ___ % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation , or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The appl icable documents must be received by the Managing Department , within the following times allocated , in order . for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obta in a date/time rece ipt. Such receipt shall be evidence that the City received the documentation in the t ime allocated. A faxed copy will not be accepted . 1. Subcontractor Utilization Form , if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated oal : 3. Good Faith Effort and Subcontractor Utilization Form , if no M/WBE artici ation : 4. Prime Contractor Waiver Form, if you will erform all subcontractin /su lier work: 5 . Joint Venture Form , if utilize a joint venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date , exclusive of the bid o enin date . received by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid opening date . rece ived by 5:00 p.m., five (5) City business days after the bid o enin date , exclusive of the bid o enin date . received by 5:00 p.m ., five (5) City business days after the bid o enin date , exclusive of the bid o en in date . rece ived by 5:00 p.m ., five (5) City business days after the bid openin date, exclusive of the bid o enin date . FAILURE TO COMP~Y''A'liH JI-IE Cll7f'$ I\IIM'BEQ~DINANCE, WILL RESULT IN THE BID BEING CONSlpERED .· . .. . ... ·. ·.·. .·. .·. ·. NON ;RESPONSIVE TO SPECIFICATIONS . . . .. .•. . Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 5/30/03 ATTACHMENT 1A Page 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME : I MtW/OBE I I NON-MtW/DBE Water and Sanitary Sewer Replacement Contract 2004 WSM-E BID DATE City Project No. 01251 ~ City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Water-P253-608170125183 12% % Sewer -P258-708170125183 Identify all subcontractors/suppliers you will use on this project F;ailure.\tc)con,ple!e . this Jo[lll, i~ it,~ ~ntirety with ···r~quested .documentation, and received by the"'1anaging i g~par:trn~rit9rl or befgr~ .§:00 p :m cfiye (5) pty b1Jl:,iness days after bid opening , exclusive of bid opening date;, will . r¢su!t in the bid being considered non .2responsive to bid specifications. · · Tile i under~igned ()ff~ror agr~~~ .ti e nter int9 a formal agreement with the MM/BE firm(s) listed .. · in .this utiHzatioH .~chedule, conditipn~cJ p pon executi9h of a contract with the City of Fort Worth. The intentional ~nd/pr l<rioV{ing misrepres~ntaU9p pffac;ts i~ grounc:ls .for consideration of disqualification and will result iri the · bid being c::onsidered non;:-respon$ive to l:lid s~qifications. . 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 . J~entify .. ea~h Ti~r l!vel. .. Ti!r /is th~. leveL of subcontracting below the prime contractor, i.e .; a direct ··. paym~r t from the prin,e c::ontr~st9 [.tO a SlJbco.ntractor is considered 1st tier , a payment by a subcontractor to i ts $upplier is considered .2"~ tier. r . .· > . .. .. · . . . . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). ilf. ··~~~ffpg ~!nf.!.~t!. ~t~ .iJ~jli ~i~, t~~ p{i ffif )&ill .>.b~/gi.v~n cred.it a.s long as J.he ·. M/WBE ····1ist~d owns .·a.nci qp~r~te ~.~l]~~~t PH~ JlJlly l @~n§j~ jb.9.PP~.[~liprjaf trpck .to be used on the contract The M(VVBE ~nay le~s~ l.[lJ~.k~ frp rn. ~ngtti~r ,Y,Aiy.~§{!flJJ; i n.9l y 9ing M!Y'{B§ .• P.yl(ller-:9Pei"ators , and r.eceive flJll..·MIJ\J~s .·.srecm .. Th~ -~-~ij~-~~~=:~~pn~~~~f~t~rlli? Rev. 5/30/03 fORTWORTH ~ ATTACHMENT1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e .. Minority, Women and non-MIWBEs. Please list M/WBE finns first, use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A • Rev. 5/30/03 fORTWORTH ~ ATTACHMENT1A Page 3 of 4 Primes are required to identify All subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/V\/BEs. Please list M/V\/BE firms first , use additional sheets if necessary. Certification N (check one) 0 n SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vii Telephone/Fax r B B R 0 B E E C T E A - Rev. 5/30/03 FORT WORTH ---.,.,- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ATTACHMENT 1A Page 4 of4 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer 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 Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE{s) on this contract , by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three {3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a pe riod of time not less than one {1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev. 5/30/03 FORTW°ORTH . "-z ·w· City of Fort Worth Prime Contractor Waiver Form ATIACHMENT 18 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe PROJECT NAME: Water and Sanitary Sewer Replacement Contract 2004 WSM-E City Project No. 01251 City's M/WBE Project Goal : 12% PROJECT NUMBER Water -P253-608170125183 Sewer -P258-708170125183 BID DATE If both answers to this form are YES, do not complete AITACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable . If the answer to either question is NO, then you must complete AITACHMENT 1C . This form is only applicable if .b2th answers are yes . Faiiure lo·com.plete "-ttiis form in its entirety and be received by the Managing Departmeritoifor .before.5:0(f(" p.m.1 five (5) City .business days after bid opening, exclusive oHhe bid .<>pening date,.wi!I re~u,firi the _bid ··1 .• being con~idered non .. responsive to}>i~ specifications ; . .. . ·:, . . . Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/WBE(s) on this contract, the payment therefore and any proposed changes to the orig inal M/WBE(s) arrangements submitted with this bid . The bidder also agrees to ~llow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing m isrepresentation 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 creates a material breach of contract may result in a determ ination of an irrespons ible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 FORTW°ORTH •• PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Good Faith Effort Form Water and Sanitary Sewer Replacement Contract 2004 WSM-E City Project No. 01251 City's M/WBE Project Goal: PROJECT NUMBER 12% Water-P253-608170125183 Sewer -P258-708170125183 ATTACHMENT 1 C Page 1 of 3 Check applicable block to describe prime I MW/DBE I I NON-MW/DBE BID DATE If you haye 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 form. ·· If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will 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; i11 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, exclusi.ve of bid opening date, will result in the bid ~eing considered non-responsive to bid specifications. ' > 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion 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, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1 C 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. __ Yes __ No Date of Listing __ / ___ / __ 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 mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) 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 telephone, exclusive of the day the bids are opened? __ Yes {If yes, attach list to include !li!!lli! of M/WBE firm, person contacted, phone number and date and time of contact) __ No 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 subcontrac:;ting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and _specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? · · __ Yes __ ·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 confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Reiection ADDITIONAL INFORMATION: Rev. 05130/03 ATTACHMENT 1C Page 3 of 3 Please provide additional information 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/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05130/03 FORT WORTH "'-tz w rr-'" Name of City project: CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Water and Sanitary Sewer Replacement Contract 2004 WSM-E Unit I: Water-P253-608170125183 Unit I: Sewer-P258-708170125183 Contract 01251, DOE NO. 4432 A joint venture form must be completed on each project Joint Venture Page 1 of 3 RFP/Bid/Purchasing Number: ____________ _ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: E-mail address : Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE name: firm name: Business Address : Business Address : City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail addre ss Name of Certifying Agency: 2 S . f cope o wor k rti pe orme dbthJ·tv t IY e om en ore: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: ' Rev. 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture ag reement) Profit and loss sharing : Capital contributions, including equipment: Other applicable ownership interests : 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions : a . Estimating ----------------------------------------------b. Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel -----------------------------------------------d . Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information , then the participants must inform the City's M/WBE Office immediately for approval. 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 City's M/WBE Ordinance . Rev. 5/30/03 Joint Venture Page 3 of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein . The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth . Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misreeresentation of facts. --------- Name of M/WBE finn Name of non-M/WB E finn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title T itle Date Date Notarization State of __________________ County of ______________ _ On this _____________ day of _______ ~ 20 ___, before me appeared and ----------------------------------------- to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public ______________________ _ Print Name Notary Public ______________________ _ Signature Commission Expires ______________________ _ (seal) Rev. 5/30/03 Part B . Proposal PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO . 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements TO: CITY OF FORT WORTH PURCHASING DIVISION FROM : (BIDDER'S NAME) 10 00 THROCKMORTON STREET FORT WORTH, TEXAS 76 102-63 11 For: Water and San itary Sewer Replacement -Contract 2004 WSM-E (Street Maintenance) DOE No. 4432 , City Project No. 01251 Water Proj ect N o. P253-608 170 125183 Sewer Project No. P258-7081 70 125 183 LA VC;IL,7 "B,,e./,0.Ct: ! Cu.-.sr.=r:-;,c, ?. O iJo;y / 23 lsac> Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughl y examined the pl ans, specifications, an d the site, understands the amount of work to be done and h ereby proposes to do a ll th e work and furnish a ll labor, equ ipment, and materials necessary to fully complete the work as provided in the Pl ans and Specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth . Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment bond approved by the C ity of Fort Worth fo r perfom1ing and comp leting the said work within the time stated and for the following sums to-wit: PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Impro vements Pay C PMS Record APP RO X. Descripti o n of Bid Item Prices Uni t Item Numbe r QUANTITY UNIT \Vritt en in Words Price SECTION A -WATER LINE IMPROVEMENTS I. Bid-00594 100 LF Pipe-Pressure-16 In ch -Install (PVC, C-905, DR 18) ~ $ $ 5,x -q. -p Iv<='..- Dollars & '"'. Cents per LF 2 . Bid-00618 9,650 LF Pipe-Press ure-8-inch PVC-In stall $ 2~ $ ~-~ ..--, +-' <..>--C.... Doll ars & ~ Cents per LF 3 . Bid-00616 225 LF Pipe-Pressu re-6-inch PVC-In stall $ 2 t-/ $ ·--,--'--<./ ... ...A -;._ i--vr Dollars & J'\.-<.:> Cents per LF Part B-Proposal -1 R of l 9R Total Price l, .Sec:> 2 L// 2 -.) LjD D ADDENDUM NO . 3 Issued: March 22 , 2010 PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements Pay C PMS Record APPROX. Description of Bid Item Prices Uni t It em Nu mbe r QUANTITY UN IT \Vritten in \Vo rds Pri ce 4. Bid-00582 40 LF P ip e-Casing-30 In ch-Casing Pipe Bore/ Jack w /Pressure Grout -Install $ 2B5-$ ~Q '-"'--.,,.....~.~~ c::_,7 "'7 F <--~llars& j,,--0 Cents per LF 5 . Bid-00568 4 .8 TON Pip e Fittings-< Th an 16 In ch DI Pip e -Install $ ·, DOD $ ---r\,-. r c.,::;_ - Doll ars & .~ Cents per TON 6. Bid-00569 0.75 TON Pipe Fittings-16 Inch or >DI Pipe - Install s -ooa -· $ $ 'F-l V "'-----.;-I,,._,:,'-' ::,v-.../ Dollars & r--0 Cents per TON 7. Bid-00587 2 ,370 LF Pipe-Pressu re-Abandon (Cut, Plug and Fill with Grout) l $ $ S ix Doll ars & "-° Cents per LF 8 . Bid-00719 EA Valve 16-inch Gate-w/Vault-lnstall ~...,s~ $ Cf DOD $ (\I V'-'C.-- Doll ars & J.A-,0 Cents per EA Part B-Proposal -2R of l 9R Tota l Price -1/ '-/'DO l L( l'../.O O .., 7.So ) 1t/.22° I °I oc,C> ADDENDUM NO. 3 Issued : March 22, 2010 PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements Pay CPMS Record APPROX. Description of Bid Item Prices Unit Item Number QUANTITY UNIT Written in \Vords Price 9. Bid-00749 32 EA Valve 8-inch Gate-w/Valve Box- Install $ 850 $ c,'i k-\ k -.; '(',C.\./>. <-.../ 'F , r+1 Dollars & -Cents per EA IO . Bid-00745 20 EA Valve 6-inch Gate-w/Valve Box- Install $ l,S-D $ .5. )( "w v-c.-\-l F, ~±:;t_ Dollars & r'UO Cents per EA 11. Bid-00751 3 EA Valve-Gate -Remove & Salvage $ ? $ ~L) ~-..,~r -c../ Dollars & I\....C) Cents per EA 12 . Bid-00546 20 EA Fire Hydrant-Install f'.. ~\ c..e-,-. ...,.___~~/'~ $ { CJ DO $ Dollars & ~ Cents per EA 13. Bid-00548 35 VF Fire Hydrant-Barrel & Stem Extension -Install 'v.....i ~J $ 300 $ r-~t:....- Dollars & ;,..12 Cents per VF 14 . Bid-00550 150 EA Meter Box Class "A"-Install (Polyethylene) $ /o O $ b;,.,-c... \,__ ~ . .J. ~ =' Dollars & Cents per EA Part B-Proposa l -3R of 19R Total Price 2 7 200 - 13 uo~ t oo 38 oOO ID S-Ob I ,') DDO - ADDENDUM NO. 3 Issued: March 22, 2010 PART 8-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements Pay C P MS Re co rd APP ROX. Description of Bid Item Prices Uni t Item Number Q UANT ITY UNIT Writ te n in Words Price 15 . Bid-00549 6 EA Meter Box -Relocate zso .--t .r ~ $ $ ~(.) h. S}-..-{~ Dollars & 1-'-0 Cents per EA 16 . Bid-00551 12 EA Meter Box C lass "A "-In stall (Iron) $ f 0 $ <Dr\ C--L .,~-J Dollars & ~ Cents per EA 17 . Bid-00552 EA Meter Box C lass "B "-Insta ll (Iron) l ~J--./ $ [OD $ OYl Dollars & ""--0 Cents per EA 18 . B id -0 0554 2 EA Meter Box Class "C"-In sta ll (Iron) $ "2 i'.)O $ ~.::, \,,_,.~,.J ~\_ht Dollars & 'V\-o Cents per EA 19. B id-00763 75 LF Water Service 2-inch -Install $ 2 ~5' $ -,-......, ~ ,~ Dollars & /,<..v Cents per LF 20. Bid-00767 EA Water Service-2 inch-Tap to Main - Install ~uJ.,._J $ GSZ> $ S,x- r2-+-!;z Dollars & ,rl..,V Cents per EA P art B-Proposa l -4R of J 9R Total Price I -~)00 2. LDO s-; D 8 7 J-- (,,Fo ADDENDUM NO . 3 Issued : March 22 , 2010 • PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements Pay CPMS Record APPROX. Description of Bid Item Prices Unit Item Numbe r QUANTITY UN IT Written in Words Price 21. Bid-00758 5,600 LF Water Service-1 inch--Install $ l b -$ ,s-; x: I -c. c..-'- Dollars & ~'-V Cents per LF 22. Bid-00762 163 EA Water Service-I inch-Tap to Main - Install $ 2 2,...-S-$ ~D L ~ , __J,_ .----J ~J1 ("'.I.Dollars & v--0 Cents per EA 23 . Bid-00547 12 EA Fire Hydrant -Remove & Salvage $ 2.5'D $ TL.J o h ..,,,.__J..~--c..J '--:; ~-r; Dollars & u -\ /I{ C >, -r :;:y. Cents per EA 24 . Bid-00372 100 LF Trench Safety System 5 Foot Depth -Install $ ,.:JD $ r-Jv Dollars & F1 F7'/ Cents per LF 25. Bid-00443 10 ,500 LF Pavement-2 Inch Min HMAC on 2/27 Concrete Base (Str.-028) - Install $ 2 -5' $ \L-'-' -c..::+z F '--V c::._ Dollars & it-a Cents per LF 26. Bid-00430 3,710 SY Pavement-2 Inch Min Overlay - (Asphalt Pvmt. Repair Beyond the Trench Width) $ l $ -5\.k Dollars & Cents per SY Part B-Proposal -SR of 19R Total Price 89 ' C> ._5C-,; (~ 7 ,- 3,ooo so z (_z ~ 22 20 D ADDENDUM NO. 3 Issued: March 22, 2010 PART B-PROPOSAL-WATER & SANITARY SEWER REPLAC EMENT CITY PROJECT NO . 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements P ay C PMS Record APP RO X. Descripti on of Bid Item Prices Unit Item Numbe r Q UANTITY UN IT Written in Words Price 27. Bid -00458 150 LF Pavemen t-Con crete on 2/27 Concrete Base (Str.-03 1 )-Insta ll $ L/~ $ ~r~ 'F ''-'"t:... Dollars & "= Cents per LF 28 . B id -00844 400 LF Curb-Curb & Gutter as d irected b y Inspector -Replace $ 30 $ ~ r-~ Dollars & ~ Cents per LF 29 . Bid-00404 900 SF Dri veway-6 In ch -In sta ll (Concrete) '-I ~ $ $ £ C> ..>-:--- Dollars & p , F r'Z/ Cents per SF 30. Bid-00768 LS Water Service-2 In ch-Temporary - Install $ I I t.. DO $ ,..£""l--C"'VCA. -.t,.:.-"'<~ ,5 ,,.x; t. ~~. J~-.../ Doll ars & ~ Cents per LS 3 I. Bid-00837 20 CY Concrete-Type B -In stall --$ I $ o A<:__ Dollars & r-= Cents per CY 32 . Bid-00839 20 CY Concrete-Type E -Install $ I $ <P '1. "--- Dollars & Cents per CY Part 8-Proposal -6R of 19R Total Price (-7 'D 12 DO L/ oSO // (., oo Ze> 'z..o ADDENDUM NO . 3 Issued : March 22 , 2010 PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements Pay CPMS Record APPROX. Description of Bid Item Prices Unit Item Number QUANTITY UN IT Written in Words Price 33. Bid-00147 50 CY Topsoil -Install $ 15 $ Fr F+~~ Dollars & 1'-<:::> Cents per CY 34. Bid-00100 LS Storm Water Pollution Prevention Plan > than I Ac SWPPP -Install $ 15 OCD $ :F, f'J-=~ 1i--0LJ5-,.J Doll ars & ~ Cents per LS 35 . Bid-01189 LS Signal-Traffic Control -Design & Provide, -Install $ 7 s-oc, $ Sc....~..A-1 f. '-''t:...- h . U .,._,,\ V ._.,y Dollars & .A$ Cents per LS 36 . Bid-00137 150 SY Grass-Sod -Install $ S" $ F, ....r<-- Dollars & Cents per SY Part 8-Proposal -7R of 19R Total Price 7 S IS-DOD 7 ·'5 C> 7-S'D ADDENDUM NO. 3 Issued : March 22, 2010 PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section A -Water Line Improvements Pay CPMS Record APPROX. Item Number QUANTITY 37 . Bid-00442 12,850 UNIT Description of Bid Item Prices Written in Words LF Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary -Install _____ Dollars & --~--Cents per LF Unit Price $8 $ Total Price Lo z B e= SUBTOTAL SECTION A $ C, q / 3 7 ---~---,,-.----------- NOTE Transfer Subtotals to Page Part B-Proposal -17R of 19R Part B-Proposal -SR of I 9R ADDENDUM NO. 3 Issued : March 22, 2010 NO. 8 5 1 9 20 1 2 2 4 2 6 5 1 8 4 4 PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Water Project No. P253-608170125183 Sewer Project No. P258-708170125183 DOE No. 4432 Section A-Water Line Improvements LIST OF CAST IRON DUCTILE IRON FITTINGS Section A-Water Line Improvements WEIGHT PER EACH (LBS. INCLUDING FITTING SIZE FITTING TYPE ACCE SSORIES) 6" MJ Solid Sleeve I 12-- 8" MJ Solid Sleeve 78 16" MJ Solid Sleeve 32 ?...- 8" X 8" Tee /{;y 8" X 6" Tee I Y 7 16" 90 ° Bend '10! 8" 90 ° Bend I/! 6" 45 °Bend 2db..9 9 8" 45 ° Bend I o f 16" 45 ° Bend 'L/..tc::> 8" 22 l /2° Bend 1b 8" 11 1/4 ° Bend </ 'i 16" X 8" Reducer '2-'3 i 8" X6" Reduc er 8 C, 8" X 8" Cross /¥5 8" Plug "7D Part B-Proposal -9R of 19R TOT AL WIGHT (TONS) 81 t;,. lf2o 3 z -z__ / y ,;-5-- 2-'i' Cf "-fo I 7-2.. '-- ~ i1r -z.,-,,, .~ <-t O '( "1 f3 0 ,S-8e, ¥7 0 Z.J :> C,5'~ 7 to ?BO 1,,,. ~·( 3> ADDENDUM NO. 3 Issued : March 22 , 2010 PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section B -Sewer Line Improvements Pa y Item CPMS Record Number APPROX. QUANTITY UNJT Description of Bid Item Prices Written in Words SECTION B -SEWER LINE IMPROVEMENTS 1. Bid-00956 1,042 2. Bid-00350 1,5 00 3. Bid-00363 85 4 . Bid-00225 200 5. Bid-00354 1,050 6. Bid-00361 2 LF **Pipe-10 to 12 Inch HDPE by Pipe Enlargement Techniques -Install _s:. ~1 !~----- ------Doll ars & __ "'-"" ____ Cents per LF LF *Pipe-Sewer-8 Inch-SDR26 (All Depths) -Install ______ Doll ars & __ i.,-..,o ____ Cents per LF LF *Sewer-Service-6 Inch-SDR26 - InstallY! _ -.:::r:\'i C C 4--~, '7 ______ Doll ars & __ ""-0 ____ Cents per LF LF Pipe-Sag Adjustments for 12 Inch Pipe -Rehab ~'X?J r•'-'C- ______ Dollars & -~~----Cents per LF LF Sewer Service-4 Inch -Install ______ Dollars & __ It'--= ____ Cents per LF EA Sewer-Service-6 Inch Service Tap - Install ~..>,.:-h .., ... ._1,rJ ______ Dollars & ______ Cents per EA Part B-Proposal -lOR of 19R $ Unit Price 1 S $ 3 '-{oo $~ _, 7 8 £5'D ,I 5Z.5'b0 I I "J 8 I 8o0 ADDENDUM NO. 3 Issued: March 22, 2010 PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT N O. 01251, CONTRACT 2004 WSM-E Section B -Sewer Line Ime rovements Pay CPMS Record APPROX. Description of Bid Item Prices Item Number QUANTITY UNIT W r itten in Words 7. Bid-00362 2 EA Sewer-Service-6 Inch-2 Way Clean Out -Install -----P..-,o "'-u .-J,. r--c-/ ~<'~:;t Doll ars & ~ Cents per EA 8. Bid-00355 24 EA Sewer Service-4 Inch Service Tap - Install -y-h~ ~~-1 r-~ '~7 Dol lars & r--'U Cents per EA 9 . Bid-00356 43 EA Sewer Service-4 Inch-2 Way Clean Out -Install '~l.) L.,~d Doll ars & 'l-'---0 Cents per EA 10 . Bid-00961 19 EA Sewer Service-4 Inch Tap to HDPE by Pipe enlargement -Install ~,~ \..,_..,_1~~ +-+-h Dollars & ~ Cents per EA 11. Bid-00206 7 EA Manhole -Remove E'tf f / Av.,.,JJ Doll ars & M.-0 Ce nts per EA 12 . Bid-00207 2 EA Manhole-Drop-Std 4 Ft Diam-(to 6 Ft depth) -Install £0..;,)t.. 011 .-c-. ' /_,vJv-~r Doll ars & t--&7 Cents per EA Part B-Proposal -11 R of l 9R $ $ $ $ $ $ Unit Price ZSb ~c::::,e:, 35£ B, L{OO Zc:: B ~ex I qs-o I '8 oS-0 'I ----D gc.o ~)Ob S; (- & 2 t;F> / A DD EN DU M NO . 3 Issued: March 22, 2010 PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section B -Sewer Line Imerovements Pay CPMS Record APPROX. Description of Bid Item Prices Item Number QUANTITY UNIT Written In Words 13. Bid-00208 16 VF Manhole-Drop-Std 4 Ft Diam- Added Depth (Over 6 Ft depth) -Install ~o h. u ~ ....J S'"c. ~ ..,-1-t &,~ Dollars & v--'<=> Cents per VF 14. Bid-00211 50 VF Manhole-Paint & Coating-Interior Protective Coating -Install Q,,---e_ \,-._.,_,~,__}, S.ry -f:. '-"--D ollars & ~ Cents per VF 15 . Bid-00213 10 EA Manhole-Std 4 Ft Diam-(to 6 Ft Depth)-Install '(t<.J~~ ~ V<- \.A. ..J v--JJ Dollars & ,-.., Cents per EA 16 . Bid-00214 21 VF Manhole-Std 4 Ft Diam-Added Depth (Over 6 Ft Depth) -Install -J 1,--.__, c:n- 5".e-~ (~Dollars& l /,"-,I Cents per VF 17. Bid-00198 12 EA Collar-Manhole-32 Inch-Frame & Cover -Install ~,r -c'C...-"'--~'~ .,._/ Dollars & Cents per EA Part B-Proposal -12R of 19R $ $ $ $ $ Unit Price z_7S l.j C I I 0 /~J gzsa / 2::;; z , .'.LDC> oOO } /7S 3Dz::> 3 c.:: 7.S- / 3/ {-no ADDENDUM NO. 3 Issued: March 22, 2010 PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 0 1251, CONTRACT 20 04 WSM -E Section B -Sewer Line ImErovements Pay CPMSRecord APPROX. Description of Bid Item Prices Unit Item Number QUANTITY UNIT Written in Words Price 18. Bid-00217 14 EA Manhole Vacuum Test-Services $ /,5 O"-'C.-i.. <->v'_J .,-~ ~+&] Doll ars & JA-,0 Cents per EA 19. Bid-00218 12 EA Manhole-Watertight Insert -Install $ fa s~ x:zy :F r we.. Dollars & ,a.,-Cents per EA 20. Bid-00443 2 ,325 LF Pavement-2 Inch HMAC on 2/27 Concrete Base (Str.-028)-Install $ 2.5" ~~ ~--- Dollars & 1.....0 Cents per LF 21. Bid-00844 200 LF Curb-Curb & Gutter as directed by Inspector -Replace $ .3 --r~ ,, h Dollars & j Cents per LF 22 . Bid-00404 200 SF Driveway-6 Inch -Install (Concrete) $ L/·S~ Fv" Dollars & F£f.-1. I Cents per SF Part B-Proposal -13R of l 9R ..,/ I 78o 5g I I c ,S c.,/ De) 9a AD DEN DU M NO . 3 Iss ued: Ma rc h 22, 20 10 PART B -PRO P O SAL-WATER & SANITARY SEWER REPLACEMENT CITY PRO JECT NO. 01251, CONTRACT 2004 WSM-E Section B -Sewer L i ne I merovemen ts Pay CPMS Record APPROX. Description of Bid Item Prices Unit Item Number QUANTITY UNIT Written in Words Price 23. Bid-00372 1,500 LF Trench Safety System 5 Foot D epth -Install $ I O> rv-C- Doll ars & )A..o Cents per LF 24. Bid-00201 2,546 LF Inspection-Post Construction Cleaning & TV -Study I ~ $ °'"c_ Dollars & +--ffy Cents per LF 25. Bid-00202 1,150 LF Inspection-Preconstruction Cleaning & TV-Study ~-$ --r-i,.._~~ Dollars & ~ Cents per LF 26. Bid-00542 2 EA Dehole-Exploratory Excavation - Study e--, 1 4-f hu,...L.-} $ So Dollars & t,...= Cents per EA 27. Bid-00147 100 CY Topsoil-Install (6 Inches) -p-r .(1---- $ ,..r Doll ars & /A-= Cents per CY 28. Bid-00544 550 CY Fill Material-Flowable Fill -Install $ 85 e-.r5Ag F, J<._ / Dollars & f1-0 Cents per CY Part B-Proposal -14R of 19R J, ,>O e> 3.1 8 I Cj ~ 'f:> I b c,O I I . ro = I - t/? 7~ .I AD D EN DU M N O . 3 Is sued: Ma rc h 2 2, 2010 PART B -PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E Section B -Sewer Line Imerovements Pay CPMS Record APPROX. De scription of Bid Item Prices Item Number QUANTITY UNIT Written in Words 29. Bid-00137 250 SY Grass-Sod -Install F1~ Dollars & f'IA:? Cents per SY 30. Bid-00493 10 CY Subgrade -Crushed Limestone for Misc . Placement -Install p ,-, uC:.- Dollars & jA--0 Cents per CY 31. Bid-00837 10 CY Concrete-Type B -Install e>,v-c....--- Dollars & ~ Cents per CY 32 . Bid-00839 10 CY Concrete-Type E -Install 6/l-'C.- Dollars & r--e:> Cents per CY 33 . Bid-00367 5 EA Sewer-Service-Cut & Plug Existing All Sizes All Depths Fill with Grout-AbandJ J o,,__~ h,.., ,,._ -;::1 Fry' Dollars & Q-::,;;;, .(-,ho Cents per EA 34 . Bid-00100 1 LS Storm Water Pollution Prevention Plan > than 1 Ac SWPP -install ~1--F) c::,,.~ ---ri... cvs <'..,.. _J Dollars & t"---= Cents per LS Part B-Proposal -15R of 19R Unit Price ,..-:> ,-1 , z.:;. ~@ - $ ~6 5 $~- $ ;- ...-- $ I /So $ IS: , >= ~ 75 e.., ( --c...J rt t,OU '.1 (::) (0 fo ..- 7..>6 Is-; ooD A DDEND U M NO . 3 Issued: Marc h 22, 2010 • PART B -PRO P O SAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO . 01 25 1, CONTRACT 2004 WSM-E Section B -Sewer Li ne I mp rovements Pay CPMSRecord APPROX. Description of Bid Item Prices Unit Item Number QUANTITY UNIT W r itten in Words Price 35. Bid-011 89 1 LS Signal-Traffic Control - D esign & Provide, -Insta ll $ ~I ._)--cc::> 3 ./ --5 c:::> ..::::> --n-\~ '-\;i --\ / '-"'-- ...:>\/'-J. v-.J Dollars & //'--'Q Cents per LS 36. Bid-00430 1,000 SY Pavement-2 Inch Min Ove rlay - (Asphalt Pvmt. Repair B eyond the 8 Trench Width) $ C ~iv/-Dollars & h o Cents per SY SUBTOTAL SECTION B N OTE Transfer Su btota ls to Page Part B-Pro posa l -17R of 19R Part B-Proposa l -16R of 19R 8 DDD / ADD EN DU M N O. 3 Iss ued : March 22, 2010 PART B-PROPOSAL-WATER & SANITARY SEWER REPLACEMENT CITY PROJECT NO. 01251, CONTRACT 2004 WSM-E PROJECT BID SUMMARY r. SUBTOTAL SECTION A II. SUBTOTAL SECTION B TOTAL I -(I+ II) **** This total to be read at bid opening. Part 8-Proposal -J 7R of l 9R $ 191 370 I $ '/I 'I, 219 .,,,. **** $ II L/ o.:r, 5-8 f ======-.E==.======== ADDENDUM NO . 3 Issued : March 22, 2010 CITY APPROVED METHOD AND APPROVED PRODUCT FOR*,** AND*** * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No. Size f::_LP 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 Name of Subcontractor:-~---------- ___ T.R.S. System ___ McConnell Method Name of Subcontractor: ____________ _ Name of Subcontractor: ------------- Note : Only tee serv ice connections will be allowed. *** CONTRACTOR TO INDICATE TRENCHLESS METHOD, IDENTIFY APPROVED LINER PROCESS , AND PRO VI DE NAME OF CONTRACTOR FOR INSTALLATION: ___ Cured-in-Place Pipe (CIPP) ________ / __________ _ (Approved GIPP Liners: lns ituform ; Approved GIPP Liner Name of Contractor for Installation National Liner; and lnliner) ___ Fold and Form Pipe (FAFP) -,-------=----/ __________ _ (App ro ved FAFP Lin er : U-Lin er) Approved FAFP Liner Name of Contractor for Installa tion 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 SECTION B-BID PROPOSAL (Continued) Within ten (10) days after notification by the City, 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 this contract. The attached bid security in the amount of 5% is to become the property of the City of Port 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 w ork 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 assures that its employ ees and applicants for employment and those of any labor organization, 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 within 10 calendar days after issue of the work order, and to complete the contract within 180 calendar days , and to meet the substantial completion requirements specified in Paragraph D-46 of the Special Conditions, as set forth in the written work order to be furnished by the Owner. Liquidated Damages will be assessed at the rate set forth in Section C7-7 .10 of the General Conditions. The work order will be issued no later than 60 days after the award of contract and shall be in accordance with DA-46 Recommended Sequence of Construction. (Complete A or B below, as applicable) []A.The principal place of business of our company is in the State of ______ ~ [] 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 statute is attached. [] Nonresident bidders in the State of ________ , our principal place of business, are not required to underbid resident bidders . [ef. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Part B-Proposal -l 8R of l 9R ADDENDUM NO. 3 Issued : March 22, 2010 . ' Receipt is acknowledged of the following addenda: Addendum No. I rl LJ<:_ , L e,.,J le .J,. ,::-j ' Addendum No. 2 Addendum No . 3 Addendum No. 4 IJ '-/(_ /.,/ O..J /..,-,ly .e_ j d:_- /i c /LitoA/h/ .t_/ tf- J}e,_£ nc?vV /Jf z / t-k I (SEAL) if Bidder is Corporation Date: 3 /z...r )/ o Respectively submitted, Title: -~----~--- Address: /J7' iJ o ,r / L.3 goo J!-r t,,./t::>~7if, --:r-x 7 ,;; / z./ _ 3 Bo 0 , Telephone: 8; 7 -y'o/~ JJ O f. , -· - ·-. ~ . --.. ,,,.. Part B-Proposal -19R of 19R ADDENDUM NO . 3 Issued: March 22, 2010 PartC General Conditions - - ,.- - - Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1. 4 Cl-1.5 Cl-1. 6 Cl-1. 7 Cl-1.8 Cl-1. 9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 · 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-1. 24 Cl-1.25 Cl-1.26 Cl-1.27 Cl -1.28 Cl-1. 29 Cl-1.30 Cl-1.31 Cl-1.32 C2-2 C2-2.l C2-2.2 C2-2.3 C2-2 .4 C2-2.5 C2-2 .6 C2-2.7 C2-2.8 C2-2.9 C2 ·-2 .10 C2-2.11 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposals Irregular Proposals Cl-I (I} Cl-1(1) Cl-1(1) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(4) Cl-1(4) Cl -1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(5) Cl-1(5) Cl-1(5) Cl-1(5) Cl-1(6) Cl-1(6) Cl-1(7) Cl-1(7) Cl-1(7) Cl-1(7) C2-2(1) C2-2 (2) C2-2(2) C2-2(3) C2 -2(3) C2-2(3) C2-2(4) C2-2(4) C2-2(4) C2-2(4) C2-2 ( 5) C2-2.12 C3-3 C3-3.1 C3-3.2 C3 -3.3 C3-3.4 C3 -3.S C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.11 C3-3.12 · C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.1 C4 -4.2 C4-4.3 C4-4.4 C4-4.S C4-4.6 C4-4.7 CS-5 CS-5.1 CS-5.2 CS-5.3 CS-5.4 cs-s.s CS-5 .6 CS-5 .7 CS-5.8 CS-5 .9 CS-5 .10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 cs-s .15 CS-5.16 CS-5.17 CS-5.18 C6-6 Disqualification of Bidders AWARD OF EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and S~wer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Cl-I (I) C2-2(5) C3-3 (1) C3-3 (1) C3-3(1) C3-3(2) C3-3(2) C3-3(2) C3-3(2) C3-3(4) C3-3(4) C3-3(4) C3-3(4) C3-3(7) C3-3(7) C3-3(7) C3-3(8) C4-4 (1) C4-4(1) C4-4 ( 1) C4-4(2) C4-4(2) C4-4(4) C4-4(4) CS-5(1) CS-5(1) CS-5(2) CS-5(2) CS-5(3) CS-5(3) CS-5(3) CS-5(4) CS-5(5) CS-5(5) CS-5(6) CS-5(6) CS-5(7) CS-5(7) CS-5(8) CS-5(9) CS-5(9) CS-5(9) - - - - - C6-6.1 C6-6.2 C6-6.3 C6-6 .4 C6-6.5 C6-6 .6 C6-6.7 C6-6 .8 C6 -6 .9 C6-6.10 C6-6 .11 C6-6.12 C6-6.13 C6 -6.14 C6-6.15 C6-6.16 C6-6 .17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7 -7.7 C7 -7.8 C7-7.9 C7-7.10 C7-7.11 C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 ce~e C8-8.1 CS-8.2 C8-8.3 CB-8.4 CS-8.5 Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Rights-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc . Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Section or Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time of Completion Delays Time of Completion · Suspension by Court Order Temporary Suspension Termination of Contract Due to National Emergency Suspension or Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantitie·s Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Cl-1 {l) C6 -6 (1) C6-6{1) C6-6 ( 1) C6-6{2) C6-6{2) C6-6{3) C6-6{4) C6-6(4) C6-6(6) C6-6{6) C6-6(8) C6-6{9) C6-6{9) C6-6{10) C6-6{10) C6-6{10) C6-6{11) C6 -6(11) c6 .:.6 (11) C6-6(12) C6 -6(12) C7-7(1) C7-7 ( 1) C7-7 (1) C7-7(2) C7-7(2) C7-7(3) C7-7(4) C7-7(4) C7-7(5) C7-7(5) C7-7(6) C7-7(6) C7-7 (7) C7-7{8) C7 -7(10) C7-7(10) C7-7(13) CB-8(1) C8-8 (1) C8-8 (1) CH-8(1) CB-8(2) CS-8.6 CS-8.7 CS-8.8 CS-8.9 CS-8.10 CS-8.11 CS-8.12 CB-8.13 Withholding Payment Final Acceptance Final Payment Adequacy o·f Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents CS-8(3) CS-8(3) CS-8(3) CS-8(4) CS-8(5) CS-8(5) CS-8 (5) CS-8(5) PART C -GENERAL CONDITIONS Cl-1 DEFINTIONS SECTION Cl-1 DEFINITIONS Cl-1.1 . DEFINITIONS OF TERMS: Whenever in these Contract , ·" Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents.' a. GENERAL CONTRACT DOCUMENTS: Documents govern all Water include the followin9 items: The General Contract Department Projects and PART A -NOTICE .TO BIDDERS (sample) ~ White PART B -PROPOSAL (sample) White PART C GENERAL CONDITIONS (CITY) Canary Yellow Cl-1 (l)' .. b. -- r - (Developer) Brown PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) Green El-White E2-Goldenrod E2A-White Blue White White SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents · are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS Cl-1 (I) PART G -CONTRACT PART H PLANS (Usually bound separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notic~ to Bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security; constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, company, association, corporation, duly · authorized representativ.e, performing the work contemplated constitutes a bidder. persons, firm, partnership, acting directly or through a submitting a proposal for under the Contract Documents, Cl-1. 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary ·procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a and Special Conditions, shall govern. conflict between the General Conditions the latter shall take precedence and Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifJcally covered in the General Conditions. When · considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1. 8 SPECIFICATIONS: The Specifications are that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to Cl-I (2) -. - - - - standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein. Cl-1. 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security ( see Special Instructions to Bidders, Part a and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement and the Contractor covering the mutual two contracting parties about the project the Contract Documents. between the ·Owner understanding of the to be completed under Cl-1. 11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein.· Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1 (3) c1~1.1s CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly author1zed representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City · of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1.18 Director Texas, agents. DIRECTOR, CITY WATER DEPARTMENT: The duly appointed of the City Water Department of the City of Fort Worth, or his duly authorized representative; assistant, or Cl-1.19 ENGINEER: The Director of Public Works, the Director their duly ----------of the Fort Worth City Water Department, or authorized assistants, ·superintendents, acting duties entrusted to them. agents, within engineers, the scope of inspectors, or the particular Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project . Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required wi tb and for the Contractor. The sureties engaged are ·to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and . . incidentals necessary to produce a completed and serviceable project. Cl-l (4) -- - - - - Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's Day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu determine. January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 of holidays as the City Council may When one of the above named holidays or a special holiday · declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations herein appear in Contract Documents, the intent and shall be as follows: defined meaning AASHTO -American Association of Sta_te Highway Transportation Officials ASCE - LAW - ASA - HI - American· Society of Civil Engineers In Accordance With A WW A -American Water Worlcs Association American Standards Association Hydraulic Institute Cl-1 (5) .. Asph. -·Asphalt Ave. -Avenue Blvd. -Boulevard CI -Cast Iron CL-Center Line GI -Galvanized Iron Lin. -Linear or Lineal lb. -Pound MH -Manhole Max. -Maximum MGD -Million Gallons per Day CFS -Cubic Foot per Second Min. -Minimum Mono. -Monolithic % -Percentum R -Radius I.D. -Inside Diameter O.D. Outside Diameter Elev. Elevation F -Fahrenheit C -Centigrade In. -Inch Ft. -Foot St. Street CY -Cubic Yard Yd. -Yard SY -Square Yard L.F. -Linear Foot 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 iricrease 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: Cl-1 (6) ' ' - ..,. - .- 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. 4. 5. Brick, with or without separate base material. Concrete, with or without separate base material. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for ~Paved Streets and Alleys." Cl-1. 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated .. Cl-1. 31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made . Cl-I (7) SECTION C-GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal forms which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten {10 %) percent of the esti~ated project cost will be requir~d. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received .. Such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will .rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 (I) C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform. basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with· the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary, · to gain a complete knowledge of the conditions which will be encountered during · the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any repr.esentative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. C2-2 (2) The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. ,~ All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in humerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any i terns. Proposals tendered or delivered after the official time designated for receipt of proposals shall be returned to the Bidder unopened. C2-2. 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the C2-2 (3) three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2. 7 DELIVERY OF PROPOSALS: No proposal will be considered ·unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place ·of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City manager, and filed with him prior to the time set for the operiing 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 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 ( 4 8) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 .10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the . owner until C2-2 (4) t ~ ' the contract has been awarded. representatives are invited to be bids. Bidders present or for their authorized the opening of C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owrier res~rves the right to waive any and ~11 ir~egularities and to make the award -' of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a. b. c. Reasons for believing that collusion exists among bidders. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated . The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack · of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: ·1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. C2-2 (5) 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not operied. C2-2 (6). ,' PART C-GENERAL CONDITIONS C3-3 .AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF . DOCUMENTS C3-3. 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of brining items to a common basis as may be established in the Contract Documents. The total obtained by . taking · the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best . interest of the Owner. C3-3.2 MINORITY BUSINESS ' ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) an/or · a Woman-Owned Business Enterprise (WBE) on the contract and the payment therefore. Contractor further agrees, upon request by Owner, to allow an audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds ,for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required C3-3 (1) notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty- five (45) days after the date on which the proposals were opened. C3-3. 5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five ( 45) days after the date of opening proposals, and in no event wi ll an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of 'the contract shall not become effective until the Owner has notified the Contractor in writing of such award . C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the · Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest b i dders, will be · retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3 -3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a . PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal and tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of · the work C3-3 (2) '' b. c. d. ' . ' e. or the use of inferior materials. This performance bond shall guarantee the payment for all labor , materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithtul performance of the general guaranty which is set forth in paragraph CS-8.10. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount or the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. 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 9ompany shall not exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. C3-3 (3) • .. : Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or . to sign the required contract within ten ( 10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the . Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner . The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 .10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site bf the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: . The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be C3-3 (4) I· ,, responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime contractor shall indicate of the certificate of insurance included in the documents for execution whether or not his insurance covers sub- contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of h ·is employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL . LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 2. 3. 4. 5 .. 6. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). Damage .to underground utilities for $500,000. Builder's risk (where above-ground structures are involved): Contractual -Liability (covers all indemnification requirements of Contract). C3-3 (5) d. AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person · and subject to the same · limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub- contractors, respectively, against damage claims which may arise from operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-d ontractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified agent, one upon whom service of 'process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or C3-3 (6) any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a loca l agent or claims officer residing in the Metroplex (the Fort Worth-Dallas area.} The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor ~ whether a person, persons, · partnership, company, firm associat i on, corporation or other who .is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent} with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. C3-3 (7) Such · local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into · the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether oriented in furthering the work, or other, are governed directly by local authority. This same requi.rement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may . demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect fort his reason. C3-3 .15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) '~· ,;: 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 of special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4. 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "special Provisions: covering all such work will be prepared by the Owner previous to the time of ·receiving bids or proposal for such work and furnished to the bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C 4-4. 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and if found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be C4-4 (1) .. ,,,_ determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4. 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4. 5 EXTRA WORK: Additional work made . necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The C4-4 (2) d. fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1) , ( 2) , ( 3) , and (4) above. The Contractoi shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request -for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "extra work" whether or not initiated by a "change order" shall be a full, complete and final payment for all costs Cqntractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 (3) C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 ~ " X 11" sheets and at least five black of blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within Ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the · construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final diafting of the detailed construction schedule, the contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone shall be sequencing dates and final project completion dates developed to conform to time constraints, requirements and completion time. C4-4 (4) l ' b. The construction process shall be divided into activities with time durations of approximately fourteen (14} days and construction values not to exceed $50,000 . Fabrication, deli very and submittal activities are exceptions to this guideline. c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall, as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen(l4) days' duration. For each general category, the construction schedule shall identify all _trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and pre-acceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery . 4. Erection or installation. C4-4 (5) l · -... ... - 5. Transmittal of manufacturer's operation and maintenance instructions. 6. 7. 8. Installed equipment and materials testing. Owner's operator instruction (if applicable). Final inspection. 9. Operational testing. 10. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and · proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor shall be cons~dered gr6unds the Contractor is failing diligence as wili insure specified. to comply with these requirements for determination by the Owner that to prosecute the work with such its completion within the time C4-4 (6) PART C-GENERAL CONDITIONS CS-5 CONTROL OF WORK AND M1\TERIALS SECTION CS-5 CONTROL OF WORK AND M1\TERIALS CS-5 .1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences of procedures of construction, or the safety precaution and programs _ incident thereto, and he will -not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such . necessary decisions and orders as the . Contractor fails to carry out promptly . . In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (l) CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the COntract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immedi_ately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents, which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this 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 C5-5 (2) Tarrant County, Texas and shall be subject to call~ as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor Engineer and workmanship and shall provide all facilities to enable his inspector to examine and inspect materials entering into the work. the the CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: ·when, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the contractor to take remedial action to correct the condi b ~on. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the ·City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 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 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5. 7 CONSTRUCTION STAKES: The City, through will furnish the Contractor with all lines, C5-5 (3) its Engineer, grades, and - -· - measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking a may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings, as may be established for the Contractor's use or guidance, shall be preserved by the Contractor until he is authorized ·by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount · will be deducted from payment due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer the progress of the work and the manner in which it is being performed, any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspecti6n 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 authority to reject materials or equipment to suspend work until the question at issue can be referred to, and be 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 to the requirements of the Contract Documents. He 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 C5-5 (4) 1' .. ·~ ... ' ., .• Contractor shall regard and obey the directions and instruction of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City I nspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance ·of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents . Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection . C5-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to .be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . . ' ' ·1 CS-5 (5) 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 pre-construction conference, make written application to Engineer for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written ·approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify· and hold harmless Owner and engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses ( including attorneys fees) arising out . of the use of substituted materials or equipment. CS-5 .12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner . The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the C5-5 (6) mixing and transporting equipment shall be approved by the . Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. CS-5 .13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored to insure the preservation of the quality and fitness of the work. When directed bi 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 existing utilities are based on the best information available. Omission from or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilit{es on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall ·be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include C5-5 (7) ..... - ,,, -- -- notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work . CS-5.15 INTERRUPTION OF SERVICE: a. b. 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. 2. 3. Notify the Water Department's Division of location, time, and service interruption. Distribution schedule of Notify each customer personally through responsible personnel of time and schedule of the interruption of their service, or In the event that customer shall be doorknob. cannot be attached The composition, and in personal notification of a made! a prepared tag form to the customer's entrance tag shall be durable in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your {water) {sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone Emergency: interruption immediate. In the event that an occurs, notice shall unforeseen service be as above, but CS-5 (8) CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged 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. If, within twenty-four (24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, the Contractor fails to correct the unsatisfactory procedure, , the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor . Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, : temporary structures, and debris of every kind. He 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. CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that the final inspection be made. Such inspection will be made within 10 days after such notification. After such CS-5 (9) , -· ....... - ,-· - '/ final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance · of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work . CS-5 (10) PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 .1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6. 2 PERMITS AND LICENSES: The Contractor shall procure ail 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 f6r such use by iuitable legal a~reement with th~ patentee or owner of such patent, letter, or copyrighted design. It .is mutually agreed and understood that without exception the contract prices shall include all royalties or costs arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify, and save harmless, the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the inrringement of any patent claimed to be infringed upon by the design, type of construction or material C6-6 (I) ., - - - - or equipment specified in the -Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as 'will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the . Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6. 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work .shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to propeity contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as ap~ropriate. Other means may include the diversion of driveway traffic, with specific approval by the Engineer. If di version of traffic is approved by the Engineer, the Contractor shall make .arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such di version of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. C6-6 (2) The materials excavated and the construction materials, such as pipe, used in the construction of the work shall be placed so as . not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas .. ~ valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may come to its attention, after twenty-four (24) hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed · or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structur~s of such crossings. The Contractor shall at all times conduct his operation and the use of constructi~n machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6. 6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT- OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of- way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in C6-6 (3) -- - - - - writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way that does not interfere with the use of spaces that may be designated to be left free and unobstructed, or inconvenience occupants of adj a cent property. If the street is occupied by railway tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purpose~ required by the contract, enter upon the work and premises used by the assistance for the completion of adjoining work. Any additional groµnds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6. 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company regarding the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intention to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6.:...6. 8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall, at his own expense, furnish, erect, and maintain such barricades, fences, lights and danger signals, and shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning 11.ght at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. C6-6 (4) ' . All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways", issued under the authority of the "State . of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, -30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Sig:ns and Markings Division (phone number 870-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual,· and such temporary sign must be installed prior _ to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor will be held responsible for all · damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work, the Engineer may order the damaged portion irnmedietely removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public C6-6 (5) •. •, - ... during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times not to endanger life or property . The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four (24) hours in advance of the use of any activity which might damage or endanger property along or adjacent to the work. Where the use of explosives is to be permitted on the project as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four (24) hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the .Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The city shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not · be resumed until the cause-of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such C6-6 (6) additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having . previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor, and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions, which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures or improvements, and to all water, sewer and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper repr~sentatives of owners . or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might ~e affected by · the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material or equipment. When and where any direct or indirect damage or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. C6-6 (7) -· All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48-hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous conditi_on results, proceed to repair, rebuilt or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6 .11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that cont-ractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees invitees. The doctrine of respondent superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6 (8) C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants · and agrees to indemnify, .hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and agai.nst 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 nc>t any such injury, damage or death is caused, in who.le · or in part, by the neg.ligence or a.l.leged neg.ligence 0£ Owner, its o££icers, servants, or emp.loyees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising ·from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in · who.le or in part by the negl.igence or a.l.leged neg.ligence 0£ Owner, its o££icers, servants or emp.loyees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been ·referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6 .13 CONTRACTOR'S CLAIM FOR DAMAGES-: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before · the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an · itemized statement of the details and amount of such alleged C6-6 (9) -- of the estimate have not been installed. Such payment will be allowed on a basis of 85% of the net invoice value thereof. The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall· not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8. 6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents haye been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, the Contractor · shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, who will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate ~he protessing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8. 8 FINAL PAYMENT: Whenever all the improvements provided for by the 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. CS-8 (3) All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as fu,rnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done . or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to oi connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or o.ther requirements · of the Contract Documents which specifically continue thereafter. C8-8. 9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 (4) CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in · which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CS-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These · materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 .13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. 71 Part Cl Supplementary Conditions To Section C SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAJNAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof: but which at the time of the pay estimate have not been so installed . If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement -within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the .City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3. l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 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 any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury 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. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4 .3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories . G. C3-3.11 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 AM. Best rating of A: VII or equivalent measure of financial strength and solvency. f Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . L Contractor's liability shall not be limited to the specified amounts of insurance required herein . Revised 10/24/02 Pg .3 m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph CS-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the tenns of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8. l O GENERAL GUARANTY: Delete C8-8. l 0, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed · defects with reasonable promptness . Revised 10/24/02 Pg.4 - - J. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor ofthis 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, addr~ssed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg.5 L. 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". RIGHT TO AUDIT: Part C .;. General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during nonnal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during nonnal working hours to all subcontractor facilities, and shall be provided adequa~e and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits . ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: l . 50 copies and under -10 cents per page Revised 10/24/02 Pg.6 2, More than 50 copies -85 cents for the first page plus fifte.en cents for each page thereafter M. SITEPREPARATION: 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: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five ( 5) and six ( 6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 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 actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore . Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent 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 RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post t.he prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg.8 PartD Special Conditions PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ................................................................................................ 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 D-5 CROSSING OF EXISTING UTILITIES ................................................................................. 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8 D-8 TRAFFIC CONTROL ........................................................................................................... 9 D-9 DETOURS ......................................................................................................................... 10 D-10 · EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE. ................................................................................................ 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES .......................................................................................................... 11 D-17 CUTTING OF CONCRETE ............................................................................................ 11 D-18 PROJECT DESIGNATION SIGN ................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL.. ........................................................ 12 D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 D-22 2:27 CONCRETE .......................................................................... : ................................ 13 D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-26 SANITARY SEWER MANHOLES .................................................................................. 16 D-27 SANITARY SEWER SERVICES .................................................................................... 19 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES ................................................................................. 23 D-30 PIPE CLEANING ............................................................................................................ 23 D-31 DISPOSAL OF SPOIUFILL MATl=RIAL. ........................................................................ 23 D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23 D-33 SUBSTITUTIONS .......................................................................................................... 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ........................... · ................. 27 D-36 BYPASS PUMPING ....................................................................................................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION ....................................................................................... · ............. 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 D-49 CLAY DAM ..................................................................................................................... 40 10/1912009 SC-1 PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40 D-51 INSTALLATION OF WATER FACILITIES ................................. _ .................................... .40 51 .1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40 51.2 Blocking ....................................................................................................................... 41 51.3 Type of Casing Pipe ..................................................................................................... 41 51 .4 Tie-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 D-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47 D-53 DEWATERING .............................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47 D-55 TREE PRUNING ............................................................................................................ 47 D-56 TREE REMOVAL ........................................................................................................... 48 D-57 TEST HOLES ................................. _ ................................................................................ 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 49 D-59 TRAFFIC BUTTONS ...................................................................................................... 49 D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50 D-61 TEMPORARY PAVEMENT REPAIR ............... : .............................................................. 50 D-62 CONSTRUCTION STAKES ........................................................................................... 50 D-63 EASEMENTS AND PERMITS ........................................................................................ 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 D-65 WAGE RATES .............................................................................................................. 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) .............................................................................................. : .............................. 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 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-E FORT WORTH , TEXAS CITY PROJECT NO. 01251 WATER DEPARTMENT PROJECTS NO . P253-60870125183 & P258-708170125183 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 perform ing 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 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS 10/19/2009 SC-3 PART D -SPECIAL CONDITIONS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are ind icated 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 . 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. 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 proposa l opening time, no further consideration will be given to the proposal. 10/19i2009 SC-4 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services ·on the project {"subcontractor'' in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes , without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling , or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project , such as food/beverage vendors, office supply deliveries , and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The Contractor shall obtain from each person providing services on a project , and provide the governmental entity: 1. A. certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project ; and 10/19i2009 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 requirements of Texas Labor Code, Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; . 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage , prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5 . Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and 10/19i2009 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". 0-4 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. 0-5 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 subs idiary work, the cost of which shall be included in the price bid in the Proposal for each bid item . 0-6 EXISTING UTILITIES ANO 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 add itional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities , service lines , or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables , utility services, water mains, sanitary sewer lines , electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction . It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense . The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities· to locate existing underground facilities and notify the Engineer of any confl icts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth ; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground . 0-7 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 10/1912009 SC-8 PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 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 . 10/19i2009 SC-9 PART D -SPECIAL CONDITIONS 0-9 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. 0-11 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. 0-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. 0-13 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. 0-14 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- 10/19i2009 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 object ionable rocks , pieces of asphalt or concrete and other construction materials , and in gerieral 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. 0-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on th is 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). 0-16 BIO 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 . 0-17 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 . 0-18 PROJECT DESIGNATION SIGN 10/19/2009 SC-11 PART D -SPECIAL CONDITIONS Project signs are required at all locations. It shall be in ac~ordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not · interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information : For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p .m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . 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 , forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. 0-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 0-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. 10/19i2009 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 quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Util ity Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . D-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 Sect ion 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 ent irely 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 : 10/191'2009 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment g radation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced w ith 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. 0698) 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 materialto be compacted as described above must be within +-4% of its optimum moisture content. The C ity , at its own expense, will perform trench compaction tests per A.S .T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City . 4 . MEASUREMENT AND PAYMENT: All material , with the exception of Type "B" backfill, and labor costs of excavation arid backfill will be included in the price bid per linear foot of water and sewer pipe . Type "8 " 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 ex isting streets, are provided in these specifications and contract documents. 10/19/2009 SC-14 PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details , compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of . existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days , providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving , in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Construction Services section will inspect the paving repa ir 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: Th is specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains , manholes, vaults , service lines , and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations , are hereby made a part of this specification and shall be the minimum governing requirements for trench safety . C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 10/19/2009 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- 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 Condition . For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per 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 sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 10/1912009 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 straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to · assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"'. Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness . 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1 /2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT ANO PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required, shall be paid separately. 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 . 0-27 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 . C ity approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required . Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When' sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing , whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations 10/1912009 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 conflicts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied . If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade ( or as approved by the Engineer) is satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been subm itted . All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property . Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property . Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line , double check ing 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 . 0-28 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 demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. · D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Wate'r Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill . Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . 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 with Type C Backfill or Type B Backfill , as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be required to cut , plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe . All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . 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 0-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc . or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2~ pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill , bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s) . . D-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 SPOIUFILL 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 ANO 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 10/1912009 SC-23 PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal ", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications . D-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 (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank , auxiliary engines, pumps , and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted . If, again, 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 Eng ineer, 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 televis ion camera. THE TAPES SHALL BE SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected . The Engineer will return tapes to the Contractor upon completion of review . All costs associated w ith this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 10/19/2009 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 mechanical cleaner) to provide video image required for line analysis . The primary purpose of cleaning is for television inspection and rehabilitation ; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances , when it becomes lodged during inspection, shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-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 recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : 10/19i2009 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"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 condition , all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line. D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A GENERAL: After construction, ALL sections of sanitary sewer lines shall 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 . Lig~ting 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 10/1912009 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 review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active , flow must be restricted to provide a clear image of sewer being inspected . 2 . DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans . A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS : Instant developing , 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording 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 rev iew 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 wit~ 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 res idents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense , certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was 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 un it 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. 0-39 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 accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 10/19/2009 SC-31 PART D -SPECIAL CONDITIONS 6 . The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels, oils, bitumen , calcium chloride or other harmful materials . He shall . conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference w ith movement of migratory fish . C . MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities to minim ize obstruction of access to drives and property during the progress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns , yards , shrubs , trees, etc., shall be preserved or restored after completion of the work , to a cond ition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal , or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. 10/19i2009 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 sha·11 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 watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15} to twenty-five (25) pounds per square inch compression . Hand tamping may be required on terraces. b . Block Sodding . At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS : 10/19/2009 SC-34 PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a . Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . 10/191'2009 SC-35 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 un iform rate of application for both is obtained . "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth -of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction ·Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be 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 obta ined. 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 un iform 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. 10/1912009 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-seeding, is achieved through the Lise of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS ·TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer'' will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area s'pecified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition . Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place . 10/19/2009 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 act ive 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. 10/19i2009 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 construct ion 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 trimm ing work. No trimming work will be permitted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree . 5 . Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 D.I. pipe shall be utilized . 7. Except in areas where clearing is allowed, all trees up to 8" in d iameter 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 . 10/1912009 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. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City: Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item 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 (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole}, at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 10/191'2009 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 Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 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 E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0 .375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on ·this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents . 3. PAYMENT: Payment for all materials , labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 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 extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work 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 & E 1-18) 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 C5-5 .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 recond itioning or· replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings , service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation . Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the exist ing 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 plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill, fittings , type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle , corporation stops, and fittings shall be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box . 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid 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 buildings that will necessarily be required to have severed water service during said work. · The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation . The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service , the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer.· 10/19/2009 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 ljne 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 FITIINGS: 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 incl~ded in bid items for vales and fittings and no other payments will be allowed . 10/1912009 SC-46 PART D -SPECIAL CONDITIONS 0-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . 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 overnight. 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 "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge} or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging : "Tundra" weight , International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8 . Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 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 utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed . 0-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface 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 . 10/1912009 SC-48 - PART D -SPECIAL CONDITIONS 0-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ANO 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 unt il the flyer is delivered to all res idents 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. 0-59 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. 10/1912009 SC-49 PART D -SPECIAL CONDITIONS 0-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two - way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets , sidewalks , etc . whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron . Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for San itary Sewer Service Cleanouts . 0-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideabil ity on the street as well as prov ide 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 contracto r shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. 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/or stabilization stakes, and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City , have been lost, destroyed, or disturbed , to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . 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 10/191'2009 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 requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required . No additional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad/ Agency Right-of-way". No additional compensation shall be allowed on this pay item . D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construct ion 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 RA TES Compliance with and Enforceme_nt 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 included in these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. 10/191'2009 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 ~my 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 arb itration. 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) 10/1912009 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. D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 10/1912009 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 pra_ctices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the · BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall ---include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . 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. 10/19i2009 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 SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Mod ifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control . The controls may include, but not be limited to, silt fences , straw bale dikes , rock berms , diversion dikes, interceptor swales, sediment traps and basins , pipe slope drain , in let protection , stabilized construction entrances , seeding, sodding , mulching, soil retention blankets, or other structural or non -structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained-in the project SWPPP. 0-68 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 responsibilities as a result of these actions. 10/19/2009 SC-55 PART D -SPECIAL CONDITIONS 0-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully . complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 0-70 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 . tOlt9i2009 SC -56 PART D -SPECIAL CONDITIONS 0-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically , the OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31, with 6 :00 a.m . -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . 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 10/1912009 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 10/19/2009 SC-58 1(1119/2009 PART D -SPECIAL CONDITIONS Date: ____ _ DOENO.XXX.X Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON _______ _ BETWEENTHEHOURSOF _______ AND _____ _ IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS SUPERINTENDEN1) (TELEPHONE NUMBER) OR MR. ___________ AT ___________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ~---------_..CONTRACTOR SC-59 F Q r 0 ff e e u s a n I ·y u T A H p A 0 PART D -SPECIAL CONDITIONS (1,~. DEMOLITION/ RENOVATION ·~· NOTIFICATION FORM T T) H NOTIFICATION# ________ _ TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED t) Abatemen: Contractor : ___________________ TDH Lic~se Number:. _____ _ Aderess : C ity : Stale : Zip : ___ _ orfica Phona Number: ~.__ _________ .Job Site Phone N1.:mbe1 : _____________ _ Site Svpervisor : TOH License Numbe r:--------------- Site Supervisor : TOH License Number: ______________ _ Tra ined On..Si te NESHAP lndi\l idual : ______________ Cerlincation D,;3lf;!:. _______ _ Demol ition Contractor : ___________ -__ Ottice Phoo e Nurnbor..___.._ _________ _ Ader~: Ci1~·: Ste1e: ____ Zip;~-~~-- 2) Project Consult2nt DC Opera1or:~--------~------TDH License Number: _____ _ Mailing Address:--------------------------------------City: State: _____ Zip : ____ Office Phone Number:.__._ _____ _ 3) Facil ityOwner.. _________________________________ _ Attontion : _____________________ ~---------------- MailingAddce!;I~:------~----------------,-------------- City: State : Zip-: Owner Phone Numbcr~~---- .. Noto: Tho invoicli! for thu notification reo wlll be sentto the owner of the building ~nd the bflllr11g :.iadress for tho Invoice will be abtalMd from the 1r11rotm0Cion tMt Is p10vldttd In this seetlon. N 4) Descriptioo or Faci lity Name =·-------------~~---------------- 1; Physical Adcress: _____ ~--~---County: City. _______ -Zip: ___ _ S Facll ify Phone Number Fa cili ty Conbi::t Person : _____________ _ H Descrip !i on of AceaJRoom Number: ____________________________ _ A Prior Use =---~-------------'Futute U$£!:. _______________ ~~- P Age oi Build inglfacili1y: Si.2e: Number of Floors : _____ Sdlool {K -12): C YES O NO C T lJ H 0 L 5} T'.YJ)(I of Work: n Demolition u Renovation {Ab:itomcnt) C! Annual Consolidated Work will be during : U Dey D Evening o Night :-: Phased Projacl Description of work schedule:. ___________________ ~----------- 6} Is 1his a Public Bui[ding? c YES NESHAP-Only facility? D YES LI NO Federal Faclllty? D YE$ = NO Industrial Site? Ci YES fl NO D NO Is 8uildir.g /Facil ily Occupied? u YES i I NO 7) No1iiic.;it ion Type CHECK ONLY ONE V ·J Original (10 Working Days} :-: Cancellation 1: Amendment O Emergency/Ordered I o If 1h is is an amendment, •J,hich ;;imendmen1 number is this? ___ (Enclose e<>py of original and/or last amendment) I If an emergency, who did '.)•OU talk with 2.t IDH? Emergency#: ______ _ a Dale and Hou, of E.m8tgenc:y (HH.'MMlDDIYY}: ti Descriptian of the sudden, unexpected evenl en--d_e_x_p-lui-~-ti-on_o_f-ho-.,-,-tM event caused unsafe conditions DC Woulo cs use o equipment darn a{le (computers . machin er1. etc ____________ ------~~~----n 7 O 8) D8scr ip1io n of proceduies 1o be follo,ved In lhe ev ent that unexpected asbe stos is found or previous.I~· non-fri~le Y asbestos ma1er ial becomes ctumbloo. pul•,•erized. or reduced la powder ;----~=----~------ E s 9) 'Was an h.besl os survey performed? J YES !.l NO Dale: / I TOH lnsp!;!G !OI License No ; _____ _ C3 Analytical Melhe<:t ; O PLM D TEM D Assumed TOH Laboratory License No : -------- N (For TAHPA (pubfic building) projec1s: an assum;ition mus! be made by a TDH Licetised lnspedor) 10/19/2009 10) Descript,on of pl:'mned <remolilion or renovation work, fype of mScteri.11, tond method{s) to be used,._: ------- 1 1} Description of work pra cl ic.es c1nd engineering controls to be used to prevent emissions of asbesios at the demolitiClllrenova1ion :--..... ----------------------------- SC-60 PART D -SPECIAL CONDITIONS 12} ALL applic.:iblc itc-tns in the rollowing table must be completed ; IF NO ASBESTOS PRESENT CHECK HERE : Approxlm1;1te amount of Check unit of measurement Asbestos-Containing Building Meterilill Asbestos Type 1--------'-.......,"'"""~---+---.----,.----,---.-----.--~ Pipes Surface Area RACM to be removed I RACM NOT removed Interior Cate o I non-friab!e remo,•ed Exterior Calego I non-friable removed C.iteco I non •friable NOT remo,·e<J Interior Cat or II .Mr'l-friabte removed Exterior Caleo · II non-fri2bl~ removed Cate II noo•frlable NOT remo,·cd RACM Off-Facility Component 13) Waste TranspOrler Name: _________________ lDH License Number.------ Address: ___________ ci:y: ___________ -___ Stale: ___ Zlp:_=~- Coota<::1 Person : PMrlQ Number: ~~·~-------- 14) Waste Disposal Sile Name=------------~----------------- Address :. ______ -________ C.ity : ----------Stale: ___ Zip: ___ _ Te:ephone: TNRCC Permit Number:-------- 15) For structurally unsound focilltles. attach a copy of demolition order and iden tify Governmental Official belO'.v : Name: Registration No:-------------- Ttlle: ____ --c::-:-:-=-,e==--,---,------ Da1e of order (M M./DO/YY} / / Date order to begin {MM.iDP/YY) _ _,___,/ __ 16) Scheduled 0;:;,tes of Asbestos Abate:nen1 (MM/DDIYY} Start __ __,_/_--'-/ __ Complete: -"""'----',r- 17) Scheduled Datas Demoli:ion.'Renovetion (MM/OD/YY) S1art . J Complete:. _ _,__/_~/ ___ _ -Note: If the start date on this notification C:!lrt not ~ mr;i1, thr;i TOH Regional or Loc;al Program office Must be CC!ll!aclad by phone prior to the siart date. Failure lo do so is. a Ylot.'.lllon In ;sccoro.lr'ltc lo TAHPA. Smlon 295.51. I here-b:; cer1ify lh.,-,t all i11forrnstion I ha11e provided is correct, complete. and 1rue 1o the best or my knowledge. I acknD'.1,;Jedge that I am respons l !lle for all aspects or the notification form, _including, but l'l01 limiting. co.,tecit and submiss ion dates. Tho maximum penally is $10,000 per d5y per v;o1at1on . (Signa1ure or Building o,merf Opera1or or Delegated Consull.anL'Conlracior} ~.1AIL TO: ·Faxes aro not accepted" (Pr1ntcd Name) {Date} AS0ESl0S NOTIFICATION SECTION TOXIC SUBSTANCE;S CONTROL DIVISION TEXAS DEPARTMENT OF HEAL Tl'i PO BOX 143538 AUSTIN, TX 78714-3538 PH: 512-834-6600. 1-800-572-5548 (Telephooe) (Fax Numb<:r) •Faxes arc not accepted* Form APB#5, da/eo 0712.9/02. Rep/sees TOH form dated 07113/01. For assistance in c:ompleling form. c~I 1-800-572-5548 10/19/2009 SC-61 PART D -SPECIAL CONDITIONS 10/19/2009 SC-62 PART D -SPECIAL CONDITIONS ...... , City of Fort W!)rth · · Highway° (Heavy) Construction Prevailing Wage. Rates For 200s Classifications Air l col Op:rator Asoha11 Raker Asph.3.1 1 Shove!er Asphali Dis.!Tibu:c.r Ooeratcr Asphali Pa·,inQ Machine OpErator 3room or s• ... ·eeoer Ope;•ator 3ulldoz:r Operator Carpo;;nto;;r (Roug h :, Concr,;;te i=inishe r-?a•,ir.g Cor,crete Fini:her -Structures Concrete Paving Cwbin;:i Madi. Oper. Concrete PavinQ Finishin.;i Mach. Ooer. Cor,crete Pav'ng Joint Sealer Oper. Concrete P avin;:i Sa'N Oper. Concrete Pav'ng Spread:t Oper. Concrete Rubber Crane, Clamsr,e1, 6ackhoe. De(rick, D ragl ;ne . Shovel :lectrician ;:-J agger Form Bui lder-S,n.Jctures :-orm Setter-Pa·~ing & Curbs :-oundaton Orm Operator. Crawler Mounted Foundation Dri ll Operator, Tn;ck MoiJnled Front Enc LoadH L abor,;;r-Common Labor,;;r-Ut]i1y :\1ecilanic Mill ing Machi ne Op;;rator, :-Jne Grade Mixer Cpe;rator Mc:or Grader Opera:or (Fin: Grade} ,\1c'.or Grader Opera:or. Rouch Oi1.:r ?ainter, Sl:uct.ires ?a..-ement Markinc: Ma .:;.hine Ope;r. ?ipe laver Rolier. Stel 'J'iheel F iant-Mi x Pa..-emenfs Roller, Stel 'JI/heel C1her Fl.;t,,•h;;;el or Tampi:ii:: Roller, PnEUmatic, Sel~-Prcpe;:led Scr.;cer Reinforcin;;i Steel SetH (?avin,;i ) R~inforcir10 SteE:I Se-t:4:-r (Stn.J~ture) Sourc~ is AGC o f T e;r as (H,1,·•;. H,y. Utili1i;;;s lndlistrial B ranch) w ·1,w.access.g po;:io·:.'da·:i •. :ia con,' 10/19/2009 Hourlv Rates $10.Co $13.9'-d sa .ea $12 .79 $14.15 $13 .22 $12 .eo $12.E5 $13.27 $12 .CO $13 .63 $12 .E<J $13 .::.fl $14.::iJ s1oe1 $14.12 $19 .12 SS .43 $11.e.J $11 .e.3 $13 .er $18 .W $12 .132 S9.18 $10.e,5 $1a.9t $11 .t:3 $11 .::-9 $15 .2-J $14.e,J $13.17 $D.c4 $11.C4 $1.1 .29 $10 .f2 $11 .07 $14.€5 $15.2·;) SC-63 Classifications Scraper Opera,or Servicer Slip Ferm Machin;;; Op;;;rator Si::reacia.r 3ox Ooeralor Tractor ope;ra.to r. Cra·t.i er Tv0= Tractor cperator. Pnei:mat:o Tra·:elin a Mixer Coerator TrJck Dri-:e:-Single Axle (Ug htj Truck Ori-:e;r-Sir.Qle Axle fHe;avy) Tnick Dri':er-Tandem Axle; Semi-Trai l;;;r TrJck Dri'.'er-Lcwbc,•;.'Float Truck Dri·:er-, ransi1 Mix Wagon Dr:11 . Boring Mach jne. Post Hole Dri ller 'Nelder '.'\'ork Zone Barricade Se-r· .. ·ice.r Hrlv Rts S i 1.42 S 12 .32 S 12 .33 S10 .92 S 12 .60 S12.91 S 12 .03 S10:?1 S11.47 S i l .75 Si4.93 S i 2 .0e S 14.00 S 13 .57 Part DA Additional Special Conditions DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 OMIT DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 · DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 DA-49 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .......................... 4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMIT ................................... .4 PIPE ENLARGEMENT SYSTEM .................................................................................. .4 FOLD AND FORM PIPE -OMIT .................................................................................. 12 SLIPLINING -OMIT ..................................................................................................... 12 PIPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 12 TYPE OF CASING PIPE .............................................................................................. 15 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ............................................. 16 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 19 MANHOLE REHABILITATION .................................................................................... 21 SURFACE PREPARATION FOR MANHOLE REHABILITATION ............................... 31 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -OMIT .... 32 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT ................................. 32 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMIT ......................... 32 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMIT ....................... 32 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER- 33 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT ......................... 33 RIGID FIBERGLASS MANHOLE LINERS -OMIT ....................................................... 33 PVC LINED CONCRETE WALL RECONSTRUCTION-OMIT .................. : ................. 33 PRESSURE GROUTING ............................................................................................. 33 VACUUM TESTING OF REHABILITATED MANHOLES ............................................. 36 FIBERGLASS MANHOLES -OMIT ............................................................................. 39 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................... 39 REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 39 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ................................................... .40 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE. ........................................... .40 GRADED CRUSHED STONES .................................................................................. .41 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE .......................................................... .41 BUTT JOINTS -MILLED ............................................................................................. 42 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............. , ................................... : . .43 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ........................................... .43 NEW 7" CONCRETE VALLEY GUTTER .................................................................... .44 NEW 4" STANDARD WHEELCHAIR RAMP .............................................................. .45 8" PAVEMENT PULVERIZATION -OMIT .................................................................. .45 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ......................... .45 RAISED PAVEMENT MARKERS ............. .-................................................................. .47 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 47 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ........ 51 ROCK RIPRAP-GROUT-FILTER FABRIC -OMIT .................................................. 52 CONCRETE RIPRAP-OMIT ....................................................................................... 52 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT ............................................... 52 CONCRETE PIPE FITTINGS AND SPECIALS -OMIT ................................................ 52 UNCLASSIFIED STREET EXCAVATION -OMIT ........................................................ 52 6" PERFORATED PIPE SUBDRAIN -OMIT ............................................................... 52 REPLACEMENT OF 4" CONCRETE SIDEWALKS .................................................... 52 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................ 52 PAVEMENT REPAIR IN PARKING AREA .................................................................. 53 EASEMENTS AND PERMITS ..................................................................................... 53 HIGHWAY REQUIREMENTS ...................................................................................... 53 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-50 CONCRETE ENCASEMENT ....................................................................................... 53 DA-51 CONNECTION TO EXISTING STRUCTURES ............................................................. 53 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMIT ..................... 54 DA-53 OPEN FIRE LINE INSTALLATIONS -OMIT ................................................................ 54 DA-54 WATER SAMPLE STATION ........................................................................................ 54 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................... 54 DA-56 SHOP DRAWINGS ...................................................................................................... 55 DA-57 COST BREAKDOWN .................................................................................................. 55 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................. 56 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT ........................................................ 56 DA-60 ASPHALT DRIVEWAY REPAIR .................................................................................. 56 DA-61 TOP SOIL .................................................................................................................... 56 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................. 56 DA-63 BID QUANTITIES ........................................................................................................ 56 DA-64 WORK IN HIGHWAY RIGHT OF WAY ........................................................................ 57 DA-65 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 57 DA-66 OPTION TO RENEW-OMIT ....................................................................................... 57 DA-67 NON-EXCLUSIVE CONTRACT -OMIT ....................................................................... 57 DA-68 CONCRETE VALLEY GUTTER. .................................................................................. 57 DA-69 TRAFFIC BUTTONS .................................................................................................... 57 DA-70 PAVEMENT STRIPING ............................................................................................... 58 DA-71 H.M.A.C. TESTING PROCEDURES ............................................................................ 58 DA-72 SPECIFICATION REFERENCES ................................................................................ 58 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ....................................................................................................................... 58 DA-74 RESILIENT-SEATED GATE VALVES ......................................................................... 59 DA-75 EMERGENCY SITUATION, JOB MOVE-IN ................................................................. 59 DA-76 1 %" & 2" COPPER SERVICES .................................................................................. 59 DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT ...................................................................... 59 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) -OMIT ........................................... 59 DA-79 CONTRACT TIME (UTIL. CUT) -OMIT .................... '. ................................... :······'·······59 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT ...................... 60 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT ........................................ 60 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMIT ............................................................ 60 DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMIT ........................................................... 60 DA-84 TRENCH BACKFILL (UTIL. CUT)-OMIT ................................................................... 60 DA-85 CLEAN-UP (UTIL. CUT) -OMIT .................................................................................. 60 DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT ................................................................. 60 DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT ............................................................... 60 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) -OMIT .................................... 60 DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) -OMIT .................. 60 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMIT .................................................. 60 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMIT60 DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT ............................................................... 60 DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT ..................................................................... 60 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT}-OMIT ................................................. 60 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT ........................................... 60 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT ............................. 60 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMIT ......................................................... 60 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMIT .............................................................. 60 10/23108 ASC-2 DA-99 OMIT DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) - 60 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMIT ....................... 60 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMIT ......................................... 60 PAYMENT (UTIL. CUT) -OMIT ............................................................................... 60 DEHOLES (MISC. EXT.)-OMIT .............................................................................. 60 CONSTRUCTION LIMITATIONS {MISC. EXT.)-OMIT ........................................... 61 PRESSURE CLEANING AND TESTING (MISC. EXT.)-OMIT ............................... 61 BID QUANTITIES (MISC. EXT.) -OMIT ................................................................... 61 LIFE OF CONTRACT (MISC. EXT.)-OMIT ............................................................. 61 FLOWABLE FILL (MISC. EXT.) ............................................................................... 61 BRICK PAVEMENT REPAIR (MISC. REPL.)-OMIT .............................................. 62 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMIT ................. 62 WORK ORDER COMPLETION TIME (MISC . REPL.)-OMIT .................................. 62 MOVE IN CHARGES (MISC. REPL.) -OMIT ........................................................... 62 PROJECT SIGNS (MISC. REPL.)-OMIT .................................... _. ........................... 62 LIQUIDATED DAMAGES (MISC . REPL.)-OMIT .................................................... 62 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT ................................. 62 FIELD OFFICE ......................................................................................................... 62 TRAFFIC CONTROL PLAN ......................................................... , ........................... 63 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS-OMIT .. 63 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 will 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 -OMIT DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 10/23108 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems . Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; McLat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada . Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes . 3. Definition : The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification . The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe . Forward progress ASC-4 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods . The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. 4 . Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2 . of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the City: a . Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City. c . Method of construction and restoration of existing sewer service connections. This shall include: 1) 2) 3) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections . Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. Certification of workmen training for installing pipe. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Television inspection reports and video tapes made after new pipe installation . 6 . Delivery, Storage, and Handling: a. Transport , handle, and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. c. Deliver, store and handle other materials as required to prevent damage. 8 . MATERIALS: 10/23108 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM 01248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM 03350. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a . b. C. d. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4 . The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used . Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a . The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM 02837 , and validated in accordance with the latest revision of PPI TR-3. ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS b . The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM 02837 and testing shall have been performed in accordance with ASTM 02837 . c. Rejection : Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C . SEWER SERVICE CONNECTIONS : 1. Sewer Service Connections : Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is sequred , a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechan ical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM 01248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate . Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofus ion branch saddles as manufactured by Central Plastics Company, or approved equal. 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings . All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co ., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications . The Contractor shall , upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.1 O feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Serv ice Interruptions : Service interruptions to homes shall not exceed 18 hours . D. · PREPARATION : 10/23108 1. Bypassing Sewage: a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. ASC-7 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work . If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up , repair , property damage costs and claims . 2. Line Obstructions : If pre-installation (lV) inspection reveals an obstruction in the existing sewer (heavy solids , dropped joints, protruding service taps or collapsed pipe) which will prevent complet ion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment , then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line : ALL SAGS ANO GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line , the Contractor shall be respons ible for bringing the proposed sewer pipe to an acceptable grade without a sag . A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City . a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow . If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the City for review . b. Correction of Sags : Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe enlargement. C. In instances where sags are located under exist ing structures, the existing sewer line may be relocated using open cut or boring methods . The City shall specifically review potential relocation's and evaluate the constructability , economics and engineering feasibility prior to construction work. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag . For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply . ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . Television Inspection : Inspection of the pipelines shall be performed by experienced personnel trained . in locating breaks , obstacles and service connections by closed circuit color televis ion . Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Construction Televis ion Inspection of Sanitary Sewer Lines", Part D -Special Conditions 0 -35 and 0-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION : 10/23108 1. Site Organization : a . Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized . b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. c . Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Prov ide silencers or other devises to reduce machine noise as needed to meet requirements . d . The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday , which is defined as the hours between 7:00 AM and 6 :00 PM , so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11 :00 AM ; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual pipebursting may continue after 6 :00 PM . 2 . Finished Pipe: The installed replacement pipe shall be continuous . over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions , concentrated ridges, discoloration, pitting, varying wall thickness , pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site . The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing : a . Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. ASC-9 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe · with similar equipment using proper jigs and toots per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion . The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12" -18" full circle . steel clamp shall be utilized to connect segments of the HOPE pipe. 4 . New Pipe Installation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall . Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5 . Anchoring New Pipe and Sealing Manholes: 6. a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation . Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling al.I voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. Field Testing: ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs . The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4 .0 psig greater than the average back pressure resulting from any ground water that may be over the pipe . At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table : Carrier Pipe Diameter inches 8 10 12 15 Minimum Elapsed Time minutes 4 5 6 7 b . Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1 . 2 . 3 . 10/23108 Pipe Installation : Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed . Payment shall include required excavation and backfill, saddles , flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately . Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines . ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation . DA-4 FOLD AND FORM PIPE-OMIT DA-5 SLIPLINING -OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable . B. MATERIALS: 10i23/08 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.10 and the following: 2. a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in . minimum (0 .5 for railroad crossings). c . Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS 01 .1. Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 10/23108 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 shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required . The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. ASC-13 10/'23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. In unconsolidated soil formations , a gel-forming colloidal drilling fluid consisting of at least 1 O percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2 . All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: 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 over-belling the pipe while installing it through the casing . A method of restricting the movement between the assembled bell and spigot where applicable shall be provided . d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. b. C. d. 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 shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. Bore and jack in accordance with paragraph C.3. above . 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. ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0.375 inch . Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- 10123108 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 E2-15 as per Fig . 11 O 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 respons ibility 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. 2 . 10/23108 After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe . The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding . 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. ASC -16 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 orig inal 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 condition . 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. b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps . ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) · The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. D. MEASUREMENT AND PAYMENT: 1. 2. 3. 3 . 5 . 6. 7. 8 . 9. 10/23108 Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum l~ngth 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. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 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 . ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 : Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection : Corrosion protection may be required on all structures where high turbulence or high H2S content is expected . B. MATERIALS: 10/23108 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2 . Protective Coating : The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3 . Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 ASC-19 Long Term Value 5,000 psi 10,000 psi 550 ,000 psi PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ope rations and coating installations . C. EXECUTION: 10/23108 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 material. 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) 4) 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. 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. ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 0-36 -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, superv1s1on, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor ·shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: 10/23108 ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 coa ti ng manufacturer and verify working on at least three projects with similar coat ing 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 w ithout any interruptions. Contractor shall maintain wastewater flow at all times . 4. Qual ity 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 materi al 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 0-63. B. MATERIALS 10/23108 1. Cleaners : 2. Water Cleaners Wall, Bench, Trough, Grouting, and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material ASC-22 Clean and free from deleterious substances . Detergent, muriatic acid or approved equal. Strong -Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. PART DA -ADDITIONAL SPECIAL CONDITIONS Activated Oakum 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete 3. External Manhole Coating Coal Tar 4. 5. 6. 7. 8. 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 9. 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 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. 10/23108 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 surfaces of the existing chimney and inspect for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris . Bitumastic gasket material (minimum ~ 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 compress ion of the bitumastic material shall be made to assure. a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground . Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. ASC-24 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 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) 2) 3) 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 . Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings . Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : ASC-25 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 d ispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14 , DA-15, DA-16 and DA-17 . e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert sha ll be formed in accordance with repair Bench and Invert Rehabilitation Detail. f . Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care ASC-26 10123108 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 w~II . 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 us ing 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 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 . ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. Point Repa ir to Replace Sewer Line, 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe . This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet) of pipe. This pipe shall be replaced with 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. 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 101231oa ASC -28 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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. t0!231oa ASC-29 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 9. Patch Holes : Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The· Contract unit price shall be full payment for surface preparation, patching of the holes , and cleanup. This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule . Patching holes prior to interior coating of manholes is not a pay item . 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed . The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed . The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12 . New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications . This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13. Concrete Manhole Collars : a . Paved Areas . Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately. b. Non-Paved Areas . Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the . actual quantity installed . The Contract unit price shall be full payment for labor, materials, excavation, disposal of waste materials, and surface restoration. 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole . The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration . Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of ASC-30 - PART DA -ADDITIONAL SPECIAL CONDITIONS joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting . 17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18. PVC Lined Concrete Wall Reconstruction : Payment shall be made as indicated in Measurement and Payment , Section DA-19 in these specifications . 19. Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired . The Contract unit price shall be full payment for all materia l, 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 . 8. CLEANING : 10/23108 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system . 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole . 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds , efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed . 4 . Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 w ith 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. 0 . 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. OA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -OMIT OA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM-OMIT OA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMIT OA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMIT 10/23108 ASC-32 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER-OMIT DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMIT DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT DA-20 PRESSURE GROUTING 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 10/23108 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) 2) 3) Documented service of satisfactory performance in similar usage. 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. Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. ASC-33 1. 2 . 3. 4. 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Compressive recovery return · to original shape after repeated deformation. 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 re inforcing 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 read ily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source . b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations . Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, act ing 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. Mixing and Handling: Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 1<Y23/08 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. d . 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. Grout travel shall be verified by observation of grout to defects or adjacent injection holes . Provide additional injection holes, if necessary, to ensure grout travel . ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS e . Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6. Testing of Rehabilitated Manholes . Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. 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. 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 . 10/23108 ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. S: 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"H9 -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=5sec. T=6.5 sec. 72-lnch Dia. Manhole 33 sec. 41 sec. 49sec. 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). 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 10/23/08 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 wiU be randomly selected for further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done to evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to 10/23108 ASC-38 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 -OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company 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. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction 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 10123/0e ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Concreten. 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 Excavationn, 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 Emulsionsn. Item No . 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concreten 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 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 . 10/23108 ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 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 . ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS B . Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width . The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders , water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area . The speed of the machine 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 10/23108 Prior to the milling of the butt joints, the Contractor shall consult with the Construction 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 points 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, ASC-42 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 points 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 disposal of excess material 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 requ ired 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, Oils and Emulsions ", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat , or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising , the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also . not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C . overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M .A.C. complete and in place , shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field : Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. 1Di23/08 ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field . The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work . DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost.. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. 10/23108 ASC-44 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work . DA-33 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 surface shall .be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION -OMIT 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-45 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. CURI.NG : 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. 10/23108 ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply . The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A GENERAL: 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 contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements . b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements . d. All applicable City of Fort Worth (City) regulatory requirements . e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially ASC-47 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. 8. 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 CONT AMINA TED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. ASC-48 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (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 san,ple 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 perlormed 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 perlormed 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. ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading , Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications . 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested , and discharged in accordance with the TNRCC 's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction . PPCW shall , if necessary, be treated in an appropriately sized 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 1or231oa ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS if ventilation or other methods are effective . In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented . D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues , stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per 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 treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 10/23/08 ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including , but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC -OMIT DA-40 CONCRETE RIPRAP -OMIT DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMIT DA-43 UNCLASSIFIED STREET EXCAVATION -OMIT DA-44 6" PERFORATED PIPE SUBDRAIN -OMIT DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. 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. Oakland Boulevard 2. Scenery Hill Road 3. Scenery Hill Court 4. Menzer Road 5. Menzer Court 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 10i23/08 ASC-52 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 exist ing pavement. 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 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 cond itions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No add itional payment will be allowed for this item . · DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications . 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 10'23/08 ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS of Section E 1-20 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 -OMIT DA-53 OPEN FIRE LINE INSTALLATIONS -OMIT DA-54 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 the water main . 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. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes cifter the concrete in the slab. 10/23108 ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN 1<Y23/08 ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS 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.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT DA-60 ASPHALT DRIVEWAY REPAIR At locations where HM.AC. 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 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. 1Dl23108 ASC-56 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. 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 -OMIT DA-67 NON-EXCLUSIVE CONTRACT -OMIT 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 BUITONS 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. 10/23108 ASC-57 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-70 PAVEMENT STRIPING Pavement striping , whenever and wherever encountered, shall be replaced to match the existing striping or as directed by t he 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 "Bn and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated , for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D " asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and ~ox 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 10/23108 ASC-58 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 1/z" & 2" COPPER SERVICES The following is an addendum to E 1-17, Copper Water Service lines and Copper Alloy Couplings : All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 % " and 2" copper services shall be included in the price of the appropriate bid item .. DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMIT DA-79 CONTRACT TIME (UTIL. CUT) -OMIT 1CY23/08 ASC-59 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMIT DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMIT DA-84 TRENCH BACKFILL (UTIL. CUT) -OMIT DA-85 CLEAN-UP (UTIL. CUT) -OMIT DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) -OMIT DA-89 CONCRETE BASE REPAIR FOR UNIT !I & UNIT Ill (UTIL. CUT) -OMIT DA-90 2" TO 9" H.M.A.C . PAVEMENT (UTIL. CUT) -OMIT DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMIT DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)-OMIT DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT DA-97 "QUICK-SEr' CONCRETE (UTIL. CUT) -OMIT DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMIT DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)-OMIT DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)-OMIT DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMIT DA-102 PAYMENT (UTIL. CUT) -OMIT DA-103 DEHOLES (MISC. EXT.) -OMIT tDl231DB ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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. P~yment 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.)-OMIT DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)-OMIT DA-106 BID QUANTITIES (MISC. EXT.) -OMIT DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMIT DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 . lbs./cu. ft., with a maximum twenty-eight (28} day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications: 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<Y23/08 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: ASC-61 PART DA -ADDITIONAL SPECIAL CONDITIONS a . High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d . Accelerating admixtures conforming to ASTM C-494 , Type C. 1. Non -chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2 . Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) -OMIT DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) -OMIT DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMIT DA-112 MOVE IN CHARGES (MISC. REPL.)-OMIT DA-113 PROJECT SIGNS (MISC. REPL.)-OMIT DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMIT DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)-OMIT DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following : A Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment , electrical w iring, outlets and fixtures suitable to light the tables and desk adequately as directed . Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following : 10/23108 ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. One conference table (6-ft). 2. Eight folding chairs. 3. First aid kit suitable for ten people with manual, American White Cross No . K10 or equal. 4 . Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring , lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 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 0-8 shall apply. DA-118 DA-119 10/23108 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS -OMIT CATHODIC PROTECTION SYSTEM -OMIT ASC-63 PartE Specifications WATER DEPARTMENT SECTION E SPECIFICATIONS JANUARY 1, 1978 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 MATERIAL 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.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (Pl) 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). El 00-4 WATERTIGHT MANHOLE INSERTS. SECITON ElOO-MA'IERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 ' JANUARY 1, 1978 (ADDED 5/13/90) E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the . Fort Worth sanitary sewer collection system. El00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D 1248, Category 5, Type Ill. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe requirement of ASlM Dl 056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim . ElOO (1) PARTF • Certificate of Insurance • Contractor Compliance with Workers' Compensation Law • Performance Bond • Payment Bond • Maintenance Bond . .- CERTIFICAIB OF INSURANCE -.. TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Water and Sanitary Sewer Replacements Contract 2004 WSM-E PROJECT NUMBER: Water P253-608170125183, Sewer P258-708170125183 IS TO C ERTIFY THAT: Laughley Bridge & Construction, Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public E a . Occurrence : $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ __ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person : $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence : $ Other Locations covered : Certain roads in the City of Fort Worth Description of operations covered Water and Sanitary Sewer Replacements Contract 2004 WSM-E The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . .. --- ~As~en=c...,_y _____________ Insrnance Co . _________________ _ ~Fo=rt'-"--'-Vv~o=rth.=..,A'-='ge=n~t-------------By _________________ ~ Address _______________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code Section 406.096 (2000), as amended, Contractor Certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project No. 01251 and the City of Fort Worth Project Water Project Number P253-608170125183 and Sewer Project No. P258-708170125183. STATE OF TEXAS COUNTY OF TARRANT , the undersigned authority, on this day personally appeared own to me to be the person whose name is subscribed to the foregoing ledged to me that he executed the same as the act and deed of _______ for the purposes and consideration therein expressed and in the capacity therein stated. SEAL j j !· ! i 1 r --, ! I i i i : f /; ' i . j ; i ' ! l ! I ·, i .i i .; I j .; PERFORMANCE BOND Bon d No. TX I FSU0506942 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Laughley Bridge & Construction Inc. , as Principal herein, and (2) __ Int ernation a l F idelity I nsu rance Comp any , a corporation organized under the laws of the State of (3) Ne w J ersey • 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 FOUR HUNDRED FIVE THOUSAND FIVE HUNDRED EIGHTY NINE DOLLARS AND NO CENTS ($1 AOS,589.00) 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 5 201 20_ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: -Water ·and .Sanitary Sewer Replacement Contract 2004 WSM-E-- NOW, THEREFORE;·the condition of this obligation fa -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 obiigation 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. ; l ' ' ; I 1JUN 1 5 2010 SIGNED and SEALED this ___ day of _________ _, 20_. (SEAL) ATIEST: -.. ;;;;;;;~ ~ Secretary_ · - Laugh ley Brid ge & Construction , I nc. PRINC IP~ By : Ci 'V A I • .., c..;> Name : t ~ E -l A<A C,1~ Title : {mf>,u~ Address: 1 593 Hu ntergl en Aledo, TX 76008 I nternational Fidelity I nsurance Company SURETY Name:--Cynthia .Watson Fowler Attorney in Fact ·----; --<S ·E ;\·L) i 1 " - r 1 '--<~~2:n~re~ Address;_.271 1..N. Haskell Ave., #800 Da llas , TX 75204 NOTE: (1) (2) (3) Telephone Number: 2 14 -989-oooo Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In add ition, 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. · .. 1-·, ' ! I .. _J I I l I . '] ! . -1 l L1 I.' PAYMENT BOND Bond No. TXIFSU0506942 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That we, (1), LAUGfilEY BRIDGE & CONSTRUCTION INC. as Principal herein, and(2) Internati ona l Fidelity Insurance Company a corporation organized and existing under the laws of the State of(3) New Jersey 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 FOUR HUNDRED FIVE THOUSAND FIVE HUNDRED EIGHTY NINE DOLLARS AND NO CENTS ($1.405,589.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of f JUN 1 5 201 0 __, 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: Water and Sanitary Sewer Replacement Contract 2004 WSM-E NOW, THEREFORE, THE CONDITION OF TIIlS 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 fuli 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 r : accordance with the provisions of said statute, to the same extent as if it were copied at length f :; ! : I .' i ; ! ' i ! herein . JN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. -··--------------------·-------------·--- SIGNED and SEALED this __ day of 1JUN 1 5 2010 _________ , 20_. {SEAL) A TIEST: _____ _ Address: 1593 Hun t e r glen Dal l a s , TX 75204 Int e r nationa l Fid e l ity Insurance Comp any SURETY Name: Cynthia Wat son F o wler Secretary --···· · -··---·Attorney in Fact {SEAL) Address : 2711 N . Has kell Ave. , #80 0 Dal l as , TX 75204 Wrt ~U~ Teteph~ne Number: 214-989-oooo 1 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. tn 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 STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § MAINTENANCE BOND Bond No. TXIFSU0506942 That Laughley Bridge & Construction Inc. (UContractor"), as principal, and, International Fidelity Insurance Company a corporation organized under the laws of the State of New Jersey ___ , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of :· ·; i 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 FOUR HUNDRED FIVE ; . i THOUSAND FIVE HUNDRED EIGHTY NINE DOLLARS AND NO CENTS ($1.405,589.00) , lawful money of the United States, for payment of which sum well and truly be made unto said City and its i _j . ' ! ' ' : ~ 1 .! 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-ttle _----· of lJUN 1 5 20t0 , 20----, a copy of which-is hereto attached and made . .a_ part hereof, for the performance of the following described public improvements: Water and Sanitary Sewer Replacement Contract 2004 WSM-E the same being referred to herein and in said contract as the Work and being designated as project number(s) WATER-P253-608170125183, SEWER P278-708170125183 and said contract, including : all of the specifications, conditions, addenda, ch~nge 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 1. 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, 1 r · 2 I ' I ! i i I ···~------· - I. -------------·---·--------"---------·-··---··-·-------·~~-·----------·------------- 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 accordan-ce 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 exe_cyt counterparts , each of which shall be deemed an original, this_ day of ________ , A.O. 20 __ . ATTEST: (SEAL) ..... · ... / Secretary Laughley Bridge & Construction, Inc . Contractor ·---· Internat"iona l Fidelity Insurance· "C"6mpany -·········- Surety Name: Cynthia Watson Fowler Trtle : Attorney-In-Fact 27 11 N. Haskell Ave., #800 Dallas, TX 75204 Address ·<·> /iioMEbFFlcE VoNENE~AiiKCkNTE~; 20THFLd01t ·· NEWARK, NEW JERSEY 07102~5207 .. ··.· .. ~ • /~QW ALL ~j3YTHESE PR$SkNTS: T hat I~fitRNATIONALFIDELITYINSURANCE COMPANY, a co rporationbrganizedand exist~g . :fa~s pf.(he State ofNt.!.W Jersey , and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint . · r ·5{Nt ttiA'\v'kt§c}k powLeR ; coNNrn 1ElN I<REGE t:':ltoYD RAY r1rrs, ·1R.: BEVERLY M: fRiMBLE, .. · '. JEFFREY TODD MCINTOSH ~: Dall~s '. :~.'.... . ....... --........ . ............ .... .... .. .. . .............................................................................. . its true and lawful attorney (s)-in-fact to execute, seal and deriver for and on its behalf as surety , any and all bonds and undertakings, contracts of indemnity and other writings ob ligatory m th e nature th ereof, which are or may be allowed, required or permitted by law, stature, rule , regulation , contract or otherwise, and the executi on of such instrument(s) in pursuance of the se presents , shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and ampl y, to all intents and purposes , as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked , pursuant to and by authority of Article 3-Section 3 , of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day ofFebruary, 1974 . The President or any Vice Presi dent, Executive Vice President, Secretary or Assistant Secretary , shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto , bonds and und ertaki ng s , contracts of indemnity and other writings obligatory in the nature thereof and , (2) To remov e , at any time , a ny s uch attorn ey-in -fact and revoke the authority given. Furth er, this Powe r of Attorney is s igned and sealed by facsimile pursuant to re so lution of the Board of Directo rs of said Co mpany adopted at a meeting duly called and held o n th e 29th d ay o f April , 1982 of which the following is a true excerpc Now therefore th e s ignatures of such officers and the sea l of the Company may be affixed to any such rower of attorney or any certificate relating thereto by facsimile, and any such powe r of attorney or certificate bearing such facsimile signatures or facsimile sea shall be valid and bindmg upon the Company and any such power so executed and ce rtified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF , INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this in strument to be s igned and its corporate seal to be affixed by its authorized officer, thi s 16th day of Octo ber, A.D . 2007. STATE OF NEW JERSEY County of Essex INTERNATIONAL FIDELITY INSURANCE COMPANY ~~~ Secretary On thi s 16th day of October 2007 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said the he 1s the therein desc ribed and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to sa id instrument is the Corporate Seal of said Company; that the sa id Corporate Seal and his signature were duly affixed by order of the Board of Directors of sa id Company . IN TESTlMONY WHEREOF , I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and yea r first above written . CERTIFICA TJON A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Nov . 21 , 2010 . /1, th (1!nd ersig11ed pfficer of INTEJUll'ATIONAL FIDELITY INSURANCE COMPANY do hereby certify !hat I .have co mpared the foregoing copy ofthe i I>,pwer of Mqtney a9qllffigavit, ,md the;: copy oq~e Se4tiqq of th e By-Laws of~~id Company a~ set forth in said Powl';r of Attorney ; ~ith the ORIGINt\LS ON i<{NTHE HOME Of FI CE ()F SAID COM!'.'\NY; and tli&J the same aie correct tf/ilJSCrip(S . there of; arid of thew hole of th e said original&, and that the said Power ... of has riot been rev~ked and is now in full force and effect . . . . . . . .. !JUN l 5 2010 ;<· ii:-&.J#J#i,eifJ.J;) IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, zoth Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una queja: Usted puede Hamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o para someter una queja al: 1-800-333-4167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0. Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. PART G-CONTRACT CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the __ day lb I ., 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 Laughley Bridge & Construction, Inc. Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Parties ." WITNESSETII: 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 : Water and Sanitary Sewer Replacements Contract 2004 WSM-E That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the 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 Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereaft r ecome ue m , t e OFFICIAL RECORD CITY SECRETARY 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 any such iniury. damage or death is caused. in whole or in part, by the negligence or alleged negligence of Owner, its officers. servants. or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury 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 ex ecution 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 contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX .. � � � .� � � ., ., � � � � � � � w � 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 ex ecuted, 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 b y 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 FOUR HUNDRED FIVE THOUSAND FIVE HUNDRED EIGHTY NINE DOLLARS AND NO CENTS ($1,405,589.00). 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. An y 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 b y 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 full y comply with all the provisions of the same . IN WITNESS THEREOF, 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 dul y authorized officers in ~ counterparts with its corporate seal attached . OFFICIAL RECORD CITY .SECRETARY FT. WORTH, TX 1JUN 1 5 2010 Done in Fort Worth, Texas , this the_ day of A.D.,2010 . :c~ i7 DIRECTOR, DEPARTMENT OF WATER Cori't"ract Authorfiatio• ~\ \6\\e> Date I -LA-u..C.~)' Ba-lolt~ ; ~~IO•·)tJc . CONTRACTOR TITLE 1). o . U0->'-\L3 ioo Von::r-W o~ J J}:. "}{(i l LI -~ &o 0 ADDRESS CI1Y OF FORT WORTH • FERNANDO COST A, ASST CITY MANAGER ATTEST: CI1Y SECRETARY (SE AL) APPROVED AS TO FORM AND LEGALI1Y: OFFICIAL RECORD CITY SECRETARV FT. WORTH, 1X J APPENDIX A Standard Details MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . : ,-... 0 . I~ t") :::E .......,. 2 COATS OF BITUMASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR CORRO ION PROTE TlON 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 . ..~~-~. :: ... ~· ·.'!"• .. := ~:· ~ .. •··--------i 1 1-----...... :.: .. ,. ·· .. :·· .... , .... ..; :.~· A ··"'·· \':·. A : z (X) -:::E USE 4000 PSI CONCRETE t E1-14 MATERIAL E2-14 CONSTRUCTION CD 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DI A. FOR SEWER PIPE 24" TO 36" DIA . CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER MANHOLE !,· .. ~.t SECTION 8-8 DATE: FEB. 2009 SAN-003 . FINISH GRADE 15" BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTION i48" APPLY 2 COATS--~ OF BITUMASTIC 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-~..- @ 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 LIM IT 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. 1-3" APPLY INTERIOR CORROSION PROTECTION AS REQUIRED. INSTALL NUTS AWAY FROM M.H. WALL ON M.J. FITTING COR-TEN BOLTS 4'-o" CD 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 o..:)l~e-----1~,+--VERTICAL TO ~~~":'."":'""~:-r.'~~~~~~~___,...,.....,.......,r.?.-4' j_ * POINT OF PIPE ro T GROUTED INVERT-USE 4000 PSI CONCRETE CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE CD 4• DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE 24" TO 36" DIA . DATE: FEB . 2009 SAN-005 NOTES : A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE , WITH INSTALLATION AS FOLLOWS : 1. PIPE FITTING . 2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITTING . 3 . BREAK OUT TOP OF FITTING TO SPRING LINE . 4 . POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED . 5. STEEL TROWEL FINISH INVERT OF MANHOLE. B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION . CONCRETE SLAB El-14 MATERIAL E2-14 CONSTRUCTION .....-- '--- PLAN VIEW SECTION A-A G) WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH , TEXAS JUNCTION MANHOLE BOTTOM DATE: FEB. 2009 SAN-006 w 0::: 0 0::: CD ~ Ww ....J :::::E CD <{ <{ -oc 0 ~ VARIABLE DIAMETER BORE TO BE LARGE ENOUGH TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR JACKED THROUGH. 111~111~111~111~111~111~111~111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 111 11 TYPICAL BORED SECTION NOTE: LONGITUDINAL VIEW PRESSURE GROUT AS NEEDED 111ffi~ffi 1 I ffi~ffi~ffi~ffi~fn~=r~ 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 BOLTED 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 MANHOLE FRAME AND 32" DIA. DUCTILE IRON COVER. (REFER TO STD. PRODUCT LIST) A L 4000 PSI _ __,,J CONCRETE 5'-o" 8-#4 REBARS TYP. G) ~~ I ....... II 32" tlN.I 2" X 8" X 30" 1.0. CONCRETE PRECAST GRADE RINGS PER ASTM C478 . REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTIOM OF CONCRETE COLLAR. ® SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. ® E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION © 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 0 I in *" CHAMFER (TYP .) 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 8 l PLAN VIEW X <( ~ N 4-#3 DOWELS SPACED EVENLY 8 J 10"R ~ I.D . 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 ___ :~; 14" ~··.:: ::·: J_ I • 12-• I FOR NEW ---ll'r.:":~lo-:f"-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) ·.-~--BACKFILL CLEANOUT STACK WITH 4. CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MIX . FERNCO FLEXIBLE COUPLING REQU IRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. PRODUCT INFORMATION ** From Stan ley Roberts & Assoc., Information Subject To Change . DESCRIPTION .YiElfiliI PART NO . H.D.P .E. Lateral Cleanout w/S.S. Bolts and C.I. Lid . T L ui:--~ H.D .P.E. P.V.C . RISER NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (PVC) SOR-35 OR SOR-26 SERVlCE, SLOPE-VARIES 2% MIN . CAST IRON CLEANOUT LID . SIDEWALK STREET PROPERTY LINE {CURB ' H.D.P.E . CLEANOUT BOOT w/cAST IRON LIP FOR NON-PAVED AREAS CITY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FOR NON-PAVED AREAS DATE : OCT. 2009 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. FOR NEW ---f~~~-, DEVELOPMENT CAP RISER 1' _,_.......,,=-'-'1_....= ...... ..._ 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. BELOW GRADE . CONCRETE COLLAR (CAST IRON) ,-...~--BACKFILL CLEANOUT STACK WITH 4. CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK , 3,000 PSI MIX. DOWEL INTO PAVED AREA (PLAN VIEW) FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc ., Information Subject To Change. DESCRIPTION .YiE1.miI PART NO . Cast Iron Lateral Cleanout 18 lbs ATL-424 W/ SS Bolts and Coupling ~-SS BOLTS\ 1.5"l ~CAST IRON ......---~CRING CAST IRON NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (IRON) SDR-35 OR SDR-26 SERVICE, SLOPE-VARIES 2ll: MIN . SEWER MAIN DRIVEWAY CURB DRIVEWAY APPROACH STREET PROPERTY LINE \ \ \ '~ CAST IRON CLEANOUT BOOT FOR PAYED AREAS CITY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FOR PAVED AREAS DATE : OCT. 2009 SAN-011A SEWER PIPE PLUG 15' MIN. A l CLEANOUT PER DETAIL SAN-011 6" MIN. AT BOTTOM ONLY TYPE "c" OR "B" BACKFILL NOTE : TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MA TERI AL OR AS DIRECTED BY ENG INEER. SECTION A-A PLAN CITY OF FORT WORTH, TEXAS CHIMNEY SERVICE A ~=====-it-J DATE : FEB . 2009 SAN-012 , .. 2· • I EXISTING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH ---a-..._/J'I"',_.,,.,..,..-,,,,. = PIPE DIA . + 1' 1.JRENC'! 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 EXISTING SURF ACE CD @ BACKFILL AS APPROPRIATE 6" MIN. DIMENSION. 6" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. @ CD 6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD . 4" MIN. DIMENSION. 4" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD . © CLASS 'E' (1500 PSI) CONCRETE . E1-7 MATERIAL E2-7 CONSTRUCTION CITY OF FORT WORTH , TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 SAN-020 21 " GREEN POS CAP w/WARNING LABEL 1" WIDE GREEN REFLECTIVE TAPE 1" APART STARTING 6 " BELOW CAP . 4 "1ll PVC (WHITE) r 4' MIN . C P ----I ASP UE TWE L I_ E ·I ORN N E FORr WoRill ~ C p ASI ........ ---·-·p UE 1 TWL I E •1· o · --RN N E: JN c:&a IN OAtl Of IIIINllillcY OfDIEIUDICJI' JIUMKCW. ____ .. . . . . ---·-.f'I.QIIOIILL {117J.fflu147J PDll 1.t11a-.oc:wi0il tl!MaCAµ. (8171...-..a1a& ..... -.a I ,.r I NOTES : (817J•H2-4477 ,o,. Uillt LOCATIDII JIIDIII~ . 1817J492,.8211 == I I 1 . MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER SEWER LINES . 2 . PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSS INGS AS DIRECTED BY THE ENGINEER. CIC .. ='"' KIMI' oc....,., ~~ DATE : FEB . 2009 CITY OF FORT WORTH, TEXAS SANITARY SEWER MARKER POLE SAN-022 ~I :::JI ~ ffi I a. 0 a::: a. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION METER BOX AND METER CURB PAVEMENT :::E 'o=> • I ~ SERVICE LINE FOR l "" ~ WATER MAIN ON OPPOSITE SIDE ~------~------------- \_SERV~E~INE7~~:::::~\~---------- "~ "~ "' , ........ ,_ - 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 WITH 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 © STANDARD CORPORATION FLARE CONNECTION TO CORPORATION COPPER TUBING (TYPE K) FLARE CONNECTION & go· ELBOW ANGLE VALVE (FEMALE 1.P. TO FLG.) WATER MAIN BEHIND CURB r -~-~--....... ~ ® BRONZE METER FLANGE L © ® CD BRONZE METER FLANGE (FLG. TO M.I.P.) BRONZE METER FLANGE HORIZONTAL TYPE CHECK VALVE (FEM . I.P. TO FEM. I.P .) EQUAL TO CRANE NO. 20 COMPLETE WITH PIPE PLUG 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" lHRU 12" OR LARGER, AS DIRECTED. E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I .J--..J.. ~-r,-~ I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 "---1t-----lF VALVE OPERATING NUT IS MORE lHAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) ,,_ __ MCKINLEY IRON AND STEEL CO., NO. YB5 lHREE PIECE VALVE BOX OR APPROVED EQUAL i----GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE: FEB. 2009 WTR-002 2" .121 SQUARE STOCK W/ 1 " DIA. HOLE DRILLED THROUGH . 2".121 SQUARE STOCK W/ DIA. HOLE DRILLED THROUGH . 2~"!6 TUBING W/ -'4" THICK WALL )a "x45" CHAMFER f 2 "~ VARIES 2"~ NOTES: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETTER. 2. 2'2" 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 a::: w Ul ii: I- ::> z (!) z F < a::: w a.. 0 I- ::> 0 ~ := ~ :::> ~ x < ~ (0 I-z w z ~ oz w I-Q (_) < :::> Ul _J zZ a.. I.J... ~ a::: 0X ~ w a.. a::: Ow . . . . ·-·. · .. ~ : : ·. •. . .,. 2" X 2 " X 2" OPERA TING NUT PER AWWA SPECS . *C-500 -~ : .... · ... ~ ~-.. : . -~ . 4 ... . . 4 ... 1 . . .... .. ., . . : . x I-Ul < I.J... ii: ~ 0 i0 --,----.. ~. ......-'.:.._--:...__J ----+-----.......... ·.. :·. ~ '-!----~·· ... ~ ____ \ JV2;s; V2 " L · . .-.. · .. 6" MIN. I-w w I.J... CX) Vl >-w ii: a::: w < > > w I 0 I-w (!) a::: z s w 0 _J w z a::: 0 (!) i7i z z c3 ~ < X a::: w CD _J < z 0 F a 0 < * . -,, ··. ;. ... ·: -~. · .. : .. ·. .. "· .. ., ..... "· . · .. · . ~ .d ••• .· .. · .. · .. : 4 . . ~ .. . • . ~ .. .,·_: * TRENCH JACKS CITY OF FORT WORTH , TEXAS OPERA TING NUT RISER (FOR LARGE VALVE INSTALLATIONS) ·.. . .... ... . 4 .· ·':' . ·. ·.d ;. · .... " 1" DIA . SOLID STOCK (SEE WTR-003) V2" X V2 " X V2 " SQUARE STOCK WITH 2" x 2" INSIDE CAVITY PER AWWA SPECS. *C-500 * ADDITIONAL BRACING REQUIRED FOR EVERY EIGHT {8) VERTICAL FEET OF OPERA TING NUT RISER. DATE: FEB . 2009 WTR-003A COLLAR CONFIGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP. 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 ... ... 2'-0" SECTION A-A COLLAR CONFIGURATION FOR UNPAVED AREA A J a I N 3" TYP. G) *" CHAMFER (TYP.) (/) (/)---:- W z z-:x:: ::i: ~. IOO I-......... 0::: (/) <( I±! _J 0::: _J <( 0> (.) 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 A GAlE DIMENSION TABLE V>J..VE SIZE A B C D E F G 16° ~-4a• 12· 10· 24° 12· 1e· 18° 51~· 48" 12• 12· 24• 12· 18° 20· 55%• 54• 12· 12· 24" 16° 20· 24° ~-60° 18° 14• 30• 18° 24• 30• e~· ee· 1e· 1e· 30• 20· 30• 35• 9o1(,· 12· 18° 15• 35• 24° 35• 42• 10 •• 78" 24• 20· 35• 30• 42" 45• 121%· 90• 24" 26° 42· 35• 45• 54• 142\" 102· 24• 32· 45• 40• 54• DIMENSIONS ARE BASED ON AMERICAN DARLING V>J..VE AND MFG. CO. ORAVtlNG NO. 6397, DAlED 3-2-59, RE\1SED 5-11-70. 16° GATE V>J..VE DIMENSIONS ARE BASED ON CAT>J..OG NO. 10, PAGES 20 ANO 22. 54• GATE VALVE DIMENSIONS ARE BASED ON ORAVtlNG NO. 92-12158, OAlED 12-13-70. CONCRETE TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATION NOTES: ,.,_,._.,.._ .... _..,.----NO. 6 BARS, .__..._..,,..__.,___.-i'--'._,...t.:..:t_.._........_.....,_,~L...,...1.;:...:...:,,..,=.::-..,.>:..~ 6" C-C (TYP) 1. 32" FORT WORTH STANDARD HINGED LID WITH THE WORD "WATER " CAST IN 2-INCH LETTERS PER SAN-009 AND WTR-012. USE BILCO 30"x30" TYPE HLC ACCESS HATCH IN HIGH TRAFFlC AREAS . ,..... w a.. a: LL 0 a.. g )~). ~r E1-14 MATERIAL E2-14 CONSTRUCTION SECTION A-A SEE NOTE 4 (TYP.) 4000# REINF. CONC . N0.6 BARS, 6 " C-C N0.5 BARS, 12" C-C GRANULAR EMBEDMENT (TO TOP OF PIPE) NO . 4 BARS, 12" C-C BOTH WAYS IN 2500# CONCRETE * 2" COVER {TYP .) CITY OF FORT WORTH , TEXAS VAULT DETAIL A 2. VALVE VAULT SIDE WALLS SHALL BE PRECAST REINFORCED CONCRETE PIPE OF THE TONGUE AND GROOVE DESIGN, MEETING THE REQUIREMENTS OF A.S.T.M. C-76, CLASS Ill, OR EQUAL, USING RAM-NEK PLASTIC SEAL. OR POURED-IN-PLACE 2500# REINFORCED CONCRETE WITH 8" WALLS. CONCRETE WALLS SHALL BE REINFORCED WITH #4 CIRCULAR BARS, SPACED 6 " C-C HORIZONTALLY AND 6" C-C VERTICALLY. POURED-IN-PLACE CONCRETE MUST HAVE "FIRST SURFACE RUBBING" AS SPECIFIED IN E2-14.15b (1) OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICA TlONS . 3.PROVIDE CORPORATION AND CURB STOPS A MAXIMUM OF 12" FROM EACH END OF GATE VALVE, AS SHOWN. CORPORATION AND CURB STOP SIZES SHALL BE 1" FOR 16", 20", AND 24" PIPE NOMINAL DIAMETERS; 2 " FOR 30" AND LARGER DIAMETERS. 2" TAPS SHALL BE C.C. THREAD WITH FLARE, WITH IN SULA TED ADAPTOR KIT. COPPER RISERS SHALL BE PROVIDED BETWEEN THE CORPORATION AND CURB STOPS . CURB STOPS SHALL BE INSTALLED AT AN ELEVATION 12" ABOVE THE TOP SURF ACE OF VAULT BOTTOM SLAB. 4 . GROUT WITH MORTAR. 5 . BY-PASS VALVE NOT REQUIRED FOR RESILIENT WEDGE GATE VALVE . DATE: FEB . 2009 FOR 16" AND LARGER GATE VALVES WTR-005 CONCRETE--. BLOCKING -- EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J ANCHOR TEE OR M.J. ANCHOR COUPLING El-12 MATERIAL E2-12 CONSTRUCTION 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB BOITOM REST .....-~c.J.:..a:::.L.--------,.a:i.--r-"""\ ~ .. [nr--,.1-,./," ,: , . : ;7i_~. ~:; :.: ~ ·,:~:. ~~~~~trt~y1;;;: CONCRETE BLOCKING EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUMB BREAKER RING w/ , I BREAKER STEM --}-PARKWAY <D -~-EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY 6" FIRE HYDRANT <D LEAD LINE ~ r+-+++--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE ---.-tt-----4<¢1!:ii=IF-CONCRETE BLOCKING L-.;..L__,___,:·-~--CONCRETE REST 12"x12"x6 " CONCRETE BLOCKING BOITOM REST CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT DATE : FEB. 2009 WTR-006 M.J. TEE · WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAIN 1---+ ----+-IH-------+--- go· BEND, ROTATE DOWN OR UP AS NECESSARY NOTE : PROVIDE VERTICAL TIE DOWN BLOCK AS NECESSARY go· BEND, ROTATE AS NECESSARY >i<:---RESTRAINED GATE VALVE i----RING CONNECTION LEAD SAME SIZE AS SMALLER MAIN SLEEVE PLAN M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w / BRANCH ON 0% GRADE WATER MAIN 45· BEND E2-25 CONSTRUCTION -J,.H,.1- MIN . MIN . ELEVATION CITY OF FORT WORTH , TEXAS TYPICAL RING CONNECTION NOTE : WATER MAIN OVER OR UNDER AS THE CASE MAY BE M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR . FLANGE OUTLET w/ BRANCH ON 0% GRADE M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w / BRANCH ON 0% GRADE PROVIDE VERTICAL & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED DATE : FEB . 2009 WTR-007 "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.) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE "X" 11 .25" 22.5" 45· go· PIPE MIN . MAX MIN . MAX MIN . MAX MIN . SIZE (FT.) "A" AREA VOL "8" AREA VOL "C" AREA VOL n 0 fl 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 6" 1.5 0.90 0 .80 0.05 0 .95 0 .90 0 .05 1.05 1.10 0.05 1.73 1.99 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 .18 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 HORIZONTAL DIMENSION SHOWN. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS HORIZONTAL BLOCKING TEE & PLUG MIN. MAX "E" 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 1,._0·1 . -ITYP.I TRE NCH WIDTH : 1. PIPE 24" 1.0 . AND SMALLER = 24" OR 0.0. + 12" WHICHEVER IS GREATER. 2 . PIPE LARGER THAN 24" = 0 .0. OF PIPE + 18". 3 . CRADLE SHALL EXTEND A MIN . OF 6 " BEYOND EACH SIDE OF PIPE. l_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI CONCRETE KEEP A MIN . OF 1 '-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE , OR IN EXCESS OF 1 '-0" AS DETAILED . E1 -20 MA TERI AL E2-20 CONSTRUCTION M.J.-M.J. BEND _ ir-o·I --,TYP.r- MECHANICAL JOINT MAIN -------~-- 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 CLASS "B" (2500 PSI) CONCRETE #4 STEEL BAR NOTE : KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ,...._ z '-" a::: ~ 8 w ::i: <( 0 _J <( z ::i: 10 0 z w a.. a:: 12 *VOL. REQ'D. (C.F.) A (FT.) B (FT.) C (FT.) *VOL. REQ 'D. (C .F.} A (FT.) B (FT.) C (FT.) *VOL. REQ'D. (C.F.) A (FT.) B (FT.) C (FT.) *VOL. REQ'D. (C.F.) A (FT.) B (FT.) C (FT.) go· 39.99 2 .50 4.00 4 .00 71.09 2 .83 5 .00 5 .00 111 .07 3.25 5 .90 5 .90 159.94 4.17 6 .20 6 .20 BENDS 45· 22.5" 21 .64 11.03 1.42 1.00 3 .88 3.36 3.88 3.36 38.47 19.61 1.67 1.50 4.80 3 .66 4 .80 3.66 60.11 30.65 1.92 1.75 5 .60 4.25 5 .60 4.25 86 .56 44.13 2.42 1.42 6 .00 5 .54 6 .00 5 .54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11.25· 5.54 0.75 2.75 2.75 9 .85 1.00 3 .20 3 .20 15.40 1.50 3 .25 3 .25 22.17 1.25 4.20 4.20 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE El-20 MATERIAL E2-20 CONSTRUCTION OF 150 PSIG AT THE RA TE OF 150 LB . WT. PER CUBIC FEET OF CONCRETE . CITY OF FORT WORTH , TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE : FEB. 2009 WTR-010 NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS . E1-20 MATERIAL E2-20 CONSTRUCTION #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE: FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER . CITY OF FORT WORTH , TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-011 EXISTING SURF ACE E1-7 MA1ERIAL E2-7 CONSTRUCTION G) ® BACKFILL AS APPROPRIA 1E 6" MIN. DIMENSION . 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD . G) 6" MIN. DIMENSION . MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9 " ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD . 4" MIN . DIMENSION . 4" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD . CLASS 'E' (1500 PSI) CONCRE1E. CONCRE1E ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT, AND WHEN ENCASING CONCRE1E PRESSURE PIPE , FULL LENGTHS OF PIPE SHALL BE ENCASED, JOINTS EXCLUDED. CITY OF FORT WORTH , TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 WTR-016 NOTE: ALL PIPE SHALL BE LAID TO GRADE AS SHOWN ON 1HE PLANS . CARRIER PIPE VARIOUS TYPES OF CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIPE AS PERMITTED BY 1HE PLANS AND SPECIFICA1lONS. NOTE: ALL PIPE SHALL BE LAID TO GRADE AS SHOWN ON 1HE PLANS . CARR IER PIPE VARIOUS TYPES OF CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIPE AS PERMITTED BY 1HE PLANS AND SPECIFICA 1lONS. E1-15 MATERIAL E2-15 CONSTRUC1lON TUNNELED SECTION OPEN CUT OR BORED SECTION CITY OF FORT WORTH, TEXAS CASING DETAILS TUNNEL LINER OR CASING PIPE AS REQUIRED . WATER LINES SHALL BE SECURED BY CAS ING SPACERS PER APPROVED PRODUCT LIST. NOTE: ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY 1HE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLA1lON OF CARRIER PIPE .. CASING PIPE WATER LINES SHALL BE SECURED BY CASING SPACERS . MIN. (3) SPACERS PER JOINT OF PIPE. MAX. 6' BETWEEN SPACERS. NOTE : ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY 1HE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLA1lON OF CARRIER PIPE. DATE: FEB . 2009 WTR-017 L EXISTING SEWER LINE -==r:==] 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 MINIMUM 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 MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18n). E1 - 7 MA TERI AL E2-2 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE REPLACEMENT DATE : FEB. 2009 WTR-018 EXISTING SURF ACE 1~" TYP. EXISTING SEWER LINE lr3" TYP. t 3" TYP . 1~" TYP. #6 GAUGE WELDED WIRE MESH, LENGTH OF ENCASEMENT MINUS 3" OUTSIDE DIAMETER OF BELL PROPOSED WATER MAIN SECTION A-A G) VARIABLE 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. Cg) 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 SDR 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 2"x*" BUSHING & *" SAMPLING TAP WATER LINE E2-24 CONSTRUCTION NOTE : ~2" GATE VALVE 2 " SHORT NIPPLE 2 " TEE i----~-AFTER STERILIZA TlON REMOVE PIPING AND INSTALL PLUG 2" COUPLING TO BE PLUGGED W/ 2" C.I. PLUG AFTER SAMPLING CONCRETE BLOCKING PER DETAIL WTR-008 CHLORINATION BLOWOFF AND SAMPLE POINT FOR DEADEND WATER PIPING . CONTRACTOR IS TO FURNISH ALL LABOR AND MATERIALS . MATERIAL WILL BE REMOVED AND RETAINED BY THE . CONTRACTOR AFTER SATISFACTORY SAMPLES HAVE BEEN OBTAINED . * FOR SHORT STUB OUTS OF 6" AND 8" (50' OR LESS). CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT WTR-021 CD NOTES: 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD . Cg) 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6 " BLIND FLANGE . 6 " BLIND FLANGE ATTACHED WITH BRONZE BOLTS . GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. © LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD . ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION . ® 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RA TING OF PIPE . ® 0 WYE BRANCH TO BE ONE SIZE LARGER THAN , BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH , TEXAS STANDARD CLEANING WYE DATE: FEB. 2009 WTR-022 LOOPED SYSTEM FLOW SLEEVE EXISTING GATE VALVE 1. INSTALL M.J. WYE AT END OF IMPROVEMENTS. 2. RECONNECT TO EXISTING USING M.J. SLEEVE. 3. AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE . NON-LOOPED SYSTEM FLOW 1. INSTALL M.J. WYE AT TERMINAL END OF MAIN. 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. E1-7 MATERIAL E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER WTR-023 MATERIALS @ STANDARD 1" CORPORATION (W/ TAP SADDLE WHEN REQUIRED) ® © @ STANDARD 1" CURB STOP, 90 ELBOW & 1" x %" REDUCER 1" TYPE K COPPER SERVICE LINE Eclipse™ No. 88 SAMPLING STATION OR APPROVED EQUAL WITH 12" DEPTH OF BURY ~-@ ® 2'x2' CONCRETE PAD, CLASS '8' CONCRETE (2500 PSI) W/ #4 REBAR @ 12" C-C EACH WAY; 3" MIN. CLEAR COVER 30" MIN. WATER MAIN SEE WTR-001 A NOTES 1. BACKFILL TRENCH AREA WITH SAND . 2. PLACE SAMPLING STATION NEXT TO POWER POLE, ELEVATED TANK, STREET SIGN, TREE, OR FIRE HYDRANT. 3. PLACE SAMPLING STATION WITH DOOR FACING STREET. 4 . INSTALL SAMPLING STATION ON "SHORT SIDE" OF STREET. N J_ 5. WHEN PLACING STATION NEXT TO FIRE HYDRANT, DO NOT TAP FIRE HYDRANT LEAD & MAINTAIN DISTANCE OF 4' FOR PROPER OPERATION OF FIRE HYDRANT. 6. IN LIEU OF TAPPING MAIN, CONNECT TO EXISTING LARGE VALVE COPPER RISERS WHEN POSSIBLE . CITY OF FORT WORTH, TEXAS WATER SAMPLING STATION DATE : FEB. 2009 WTR-025 11 .la" I ·[283mmr1 tF I i , 31 COVER SECTION 12 "%" [327mm] *" LEmRING (RECESSED FLUSH) 11 %" 1 "%" J •[289mmJ° J J [ 48 ,m] I g "%" I ~ T 12" [251mmj [305mm] t=::::l'al_J_ , .. 15 %" .. , [391mm] 18 %" [476mm] BOX SECTION %" [16mm] 18" [457mm] 1 ~'.'R [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. [.;.,.;,'~i]_ 1-Ts~~l ~ T:": r_::,: [Bm~] 'liO [8mm] COVER SECTION 20" [508mm] I· 18 ~II • I [464mm] 1 .. 16 *" -I [425mm] , .. 21" .. , [533mm] 24" [610mm] E!OX SECTION *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 l( ffl[ J[ PLAN VIEW 13 '4" [337mm] 26 *" [679mm] II II 13 '4 " [337mm] COVER SECTION 30" [762mm] 27" [686mm] 1 *" [44mm] I 15 1ie" [386mm] 1 12"R [R38mm] L 12" [305mm] rT 18" 15 ~e" [ 457mm] [392mm] LL \ --~'--- _J_ 3" [76mm] I i--.-o4---4 n [102mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. t 14" [356mm] ! l-...!:t:::===================l:!__J _L I-25" -I [635mm] 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 ·,r "I ,. .. , ][I ][ ][I ][ ][ I][][ t ~ .. ~ I!., I l 17" 18 %" ;~ C]C] ._j « 3::E ~1 6~ 14 ~ .. [368mm] [ 432mm] [ 467mm] %' [16m m] ~ ~ ll ][ Iw •.][ ... ll ][ ll •w][w][w• ~ ~ L L~-J 2"R [R51MM] PLAN VIEW 16 ~ .. COYER SECTION I 11 *" I • [298mm] • [419mm] 2 )a" rh [54mm] %" Ir 1 ,r fF=£o / Om:] t} ~38mm] ~"-:-l~ ~~~ [8~m] [8mm] COYER SECTION 18 ~ .. [479mm] • I _L ... ~------...... , I· 20 ~ .. [514mm] BOX SECTION ., L1 ~ .. [38mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS "C" STANDARD PLASTIC METER BOX FOR 2 -%11 METERS DATE : FEB. 2009 WTR-028 ----1++..,....+--lYPE "C BACKFILL MINIMUM 6" INITIAL-~~~~.::wr SEE SPEC. E1 -2.4 G.C.0. BACKFILL COVER ,..;.,,;.;,;i,l;::..I..J.J..:--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1 -2.3 G.C.D . MINIMUM 6" -----1--~~",.'I, EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" lYPE "C" BACKFILL SEE SPEC . E1-2.4 G.C.O. FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL MINIMUM 6"---+=~~~~~~~. CRUSHED STONE SEE SPEC. E1 -2.3 EMBEDMENT G.C .O. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 12" 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 CURB TEMP. SERVICE--__."" 2" GAL V. PIPE TO F.H . OUTLET FOR TEMP --WATER SUPPLY. TEMP. SERVICE 2 " GAL V. PIPE ~----EXISTING METER VAU LT. SEE DETAIL WTR-031 FOR TEMP. SERVICE CONNECTION . 1Ht--+---TEMP. SERVICE 2 " GAL V. PIPE SEE DETAIL WTR-032 FOR INTERSECTION CROSSING EXISTING CURB CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: FEB . 2009 WTR-030 •· ; EXISTING COPPER SERVICE LINE NOTE : CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. NOTE : ADAPT AS REQUIRED 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 EXISTING PAVING 36" MAX. ASPHALT COVER 15# ROOFING FELT, 36" WIDE 2" GAL V. PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS / CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE WTR-032 I i !- ' 2.25" • I") • I .... 2.25" • N I "N 2'-7" 8'-0" 2'-10" PROJECT NAME PROGRAM NAME/ PROJECT#/ AMOUNT 2'-7" This project is managed by the Department Questions on this project, call (817) 392-8306 • • 0 I 2.5" ':.t- After hours water and sewer emergencies, call (817) 392-4477 ______ 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 4'-0" 7" 2·-10" 7" 2.25" .,., FORT WORTH I 3"R (TYP .) 2.25" :..+--1------------------, • CN I 'N 2.5" 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 3" PROJECT NAME PROGRAM NAME/PROJECT #/AMOUNT This project is managed by _____ Dept. Questions on this project, call: (817) 392-8306 After hours water and sewer emergencies, <.!> z ci:: ~ w ...J • LO ... 2 " \ call: (817) 392-4477 ___________ _ \ 3'-6" \ \ Li_ WHITE 3" \ L PMS 288 (BLUE) CITY OF FORT WORTH , TEXAS PROJECT SIGN -4'x4' 0 I ;i. DATE: FEB . 2009 WTR-035 21" BLUE POST CAP w /WARNING LABEL 1" WIDE BLUE REFLECTIVE TAPE -1" APART STARTING 6" BELOW CAP . 4"¢ PVC (WHITE) 4' ... MIN. .. C p C p wt . I A A WP u .. p u AE A T T T E TL EL I I E · ... I I 0 0 RN RN N N E E FoRrWORJJf ~ ~ .. ~ •Olttia o:.rJ:.:r 0,-.... lllltcY ~--OM.I, (817)4t.144n (81 '1}492-4471 .. .... a.ac&.1'CN ,_ 1.•1E Lou.nclill ....... ,,..... ... IWIICML (81 TJ4az.e:2M (817]492-82M --------· ··--4M , .. NOTES: 1. MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER WATER LINES. 2. PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER. F-.r "'-IPlial ..,_. E::.,"1:.wi ... , M . ._ .. ill-....... ....... -£:.'L.r -1111 ..., ... UIIQ ..... "'"" ~ =---... l ..• . ~ .... ti* ...... =i• ... --... t::-m· ... =· • ..... u--111" _ .. ... =~ -~-.~ .. -·· =~- CITY OF FORT WORTH , TEXAS WATER MARKER POLE DATE: FEB . 2008 WTR-036