Loading...
HomeMy WebLinkAboutContract 41006r L \ \, ' ~ .. J .. ... co . ( SPECIFICATIONS CITY SECRETARY J 'J OO(o CONTRACT NO . '"t -~ • I "Ai\JD CONTRACT DOCUMENTS FOR 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 6 -PART 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A D .O.E. No. 5919 , City Project No. 00965 IN THE CITY OF FORT WORTH, TEXAS TPW Project No . C295-541200-206400096683 Water Project No. P264-541200-60617009668 3 Sewer Project No. P-274-541200-7061700966 83 TPW File No . K-2079 W & S File No. X-21022 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DECEMBER 2009 PREPARED BY 1an Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY Firm Registration No. 2614 1320 SOUTH UNIVERSITY DRIVE , SUITE 4 · FORT WORTH , TEXAS 76107 (817) 820 -0420 FFICiAL RECORD CITY SECRETARY FT. WORTH, TX • GOPALSAHU City of F ort ,Worth, Texas Mayor and Council Communication ·-----·-----·-·-g·------· ~11!flt~.....,_ m---~..,....,..,,._._, ---------••-----·--,,_ COUNCIL ACTION: Approved on 10/12/2010 -Ord. No. 19406-10-2010 -------.. -.. _. DATE: Tuesday, October 12, 2010 REFERENCE NO.: C-24535 LOG NAME: 202007CIP CD6 PART 3 SUBJECT: Authorize the Execution of a Contract in the Amount of $1 ,068 ,520 .50 with Stabile & Winn , Inc ., for Pavement Reconstruction and Water Main Replacement on Glenmont Drive, Wharton Drive and Wonder Drive and Adopt Appropriation Ordinance (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $394 ,169.97 from the Water and Sewer Fund to the Water Capital Projects Fund in the amount of $140,605.94 and Sewer Capital Projects Fund in the amount of $253 ,564 .03 ; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $140 ,605 .94 and the Sewer Capital Projects Fund in the amount of $253,564 .03 from available funds ; and 3. Authorize the City Manager to execute a contract with Stabile & Winn , Inc., in the amount of $1 ,068 ,520 .50 for pavement reconstruction and Water main replacement for the streets listed below . DISCUSSION: On March 6 , 2007, (M&C G-15621) the City Council authorized the sale of $42 ,325 ,000 .00 in Certificates of Obl igation for the purpose of funding part of the Critical Capital Needs Program . That amount included funds for pavement reconstruction at various locations . On December 2, 2008, (M&C C-23209) the City Council authorized the City Manager to execute an engineering agreement with Lockwood , Andrews and Newnam, Inc ., for the design of Glenmont Drive , Wharton Drive and Wonder Drive. Street improvements will include pavement reconstruction ; construction of standard concrete curb and gutter; driveway approaches and reconstruction of existing sidewalks. Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction . This project has been divided i nto three construction contracts based on geographical locations to facilitate . Construction Contract Part 3 Logn am e: 20 2007 C IP CD6 PA RT 3 Page 1 o f 3 .;: , Group 6A: CD6: Glenmont Drive (00965) ' f Westcreek Drive to Calousa Drive) Group 6A: CD6 : Wharton Drive (00965) '(Wedgemont Circle North to Walton Avenue) Group 6A : CD6 : Wonder Avenue (00965) (Winfred Drive to Walton Avenue) This contract was advert ised on June 10, 2010 and June 27, 2010 in the Fort Worth Star-Telegram . On July 1, 2010 the follow i ng bids were received : Bidders Base Bid Alternate Bid Base Bid (Sidewalks) + Alternate Stabile & Winn, Inc. $986,600 .50 $81,920.00 $1,068,520.50 Conatser Construction $1 ,018,177 .80 $62,251 .25 $1,080,429 .05 ,McClendon Construction Company $1,023,698.40 $84 ,098.25 $1 ,107 ,796.65 !JLB Contract , LP $1 ,033,479 .26 $82 ,665.75 $1 ,116 ,145.01 Utilitex Construction, LLP $1,484,466.00 $95,897.50 $1 ,580,363.50 Time of completion : 240 calendar days Staff recommends that the base plus alternate option submitted by Stabile & Winn , Inc., be selected , and the contract be awarded to Stabile & Winn , Inc. The new pavement will consist of seven and a half inch concrete, over six inch lime stabilized subgrade with a seven inch curb . Steps and lead walks will be removed a n d reco nstruct ed . The alternate bid will allow construction of new sidewalks as indicated on the plans . In addition to the contract cost, funding in the amount of $33 ,882 .00 is included for water and sanitary sewer construction survey , project management, material testing , field inspection and project close out (water: $12,482.00 and sewer: $21,400 .00). The contingency funds to cover change orders total $17 ,158 .00 (water: $6 ,102.00 and sewer: $11 ,056 .00). In addition to the contract cost funding in the amount of $59 ,856 .00 is included for TPW associated costs for survey, project management, material testing, field inspection and project close out. The Contingency funds to cover change orders for pavement reconstruction work total $25 ,000 .00 Stabile & Winn , Inc., is in compliance with the City's M/WBE Ordinance by comm itting to nine percent M/WBE participation and documenting good faith effort on this comb ined project. Stabile & Winn, Inc ., identified several subcontract ing opportunities . However, the M/WBEs contacted i n the areas identified did not respond or did not submit the lowest b ids. The City 's M/WBE goal on this combined project is 21 percent. This project is located in COUNCIL DISTRICT 6 , Mapsco 90S and 89U . FISCAL INFORMATION / CERTIFICATION: Log na m e: 2 02007 C IP CD6 PA RT 3 P ::iPf' ? n f 1 ,.. The Financial Management Services Directo r C€fti fi es 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 , the Sewer Capital Projects Fund and the 2007 Critical Capital Projects Fund . ·------ FUND CENTERS: TO Fund/Account/Centers 1 &2) P253 476045 6061700965ZZ $140,605 .94 2)P253 531350 606170096552 $2 ,440 .00 2) P253 531350 606170096580 $500.00 2) P253 531350 606170096582 $500 .00 2) P253 541200 606170096583 $128,123 .94 2) P253 531350 606170096584 $1 ,220 .00 2) P253 531350 606170096585 $7 ,322 .00 2) P253 531350 606170096591 $500 .00 1&2) P258 476045 7061700965ZZ $253,564 .03 2) P258 531350 706170096552 $4,422 .00 2) P258 531350 706170096580 $500 .00 2) P258 531350 706170096582 $500 .00 2) P258 541200 706170096583 $232,164 .03 2) P258 5~1350 706170096584 $2,211 .00 2) P258 531350 706170096585 $13,267 .00 2) P258 531350 706170096591 $500 .00 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers 1) PE45 538040 0609020 1) PE45 538040 0709020 3) P253 541200 606170096583 3) P258 541200 706170096583 3) C295 541200 206200096583 Fernando Costa (6122) William Verkest (7801) Gopal Sahu (7949) 1. 00965 202007CIP CDS .PART 3 FAR -00004.pQf (CFW Internal) 2 . 00~6/L 2Q2!)Q7CIP C.D6 PART_ 3 financi.a.!_i_nfo_,_doc (CFW Internal) 3. 20;2007CIP CD6 PART 3 . MAP pdf.pdf (Public) 4 . 202007CIP CD6 Pt 3 AO.doc (Public) 5 . EAR _2Q_Ol CQ 68 Part 3 Sewer pdf.pdf (CFW Internal) 6 . FAR 2007 CO 6A Part 3 Water .Q.Qf (CFW Internal) 7 . MWBE 2007 CD 6A PART 3 _QQ..l.Qdf (CFW Internal) 8 . PE45 538040 0609020 .do~ (CFW Internal) 9 . PE45 538040 0709020.doc (CFW Internal) Lo gname: 202 007CIP CD6 PA RT 3 $140 ,605 .94 $253,564 .03 $122 ,002 .80 $22 1,1 08 .60 $725,409 .10 Ju n. 30 .. 201' .3 2PM CITY OF FORT WORTH, TEXAS ADDENDUM NO. 1 To the Plans, Specifications & General Contract Docwnents 2007 Critical Capital Project, Council District 6 -Part 3 No. 0051 · P .• 2/14 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave.)· GROUP A WONDER DR. (Winfred Dr. to Walton Ave.)· GROUP A D.O.E. No. 5919, City Project No. 00965 IN THE CITY OF FORT WORTH, TEXAS TPW Project No. C295-541200-206400096583 Water Project No. P264-541200-606170096583 Sewer Project No . P-274-541200-706170096583 Bid Date: July 15, 2010; 1:30 PM Addendum No. 1: Issued June 30, 2010 Tirls Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. ALL SECTIONS AND UNITS The following numbers have been revised TPW Project No. C295-541200-206400096583 Water Project No. P264-541200-606170096583 Sewer Project No. P-274-541200-706170096583 2. SECTION 4 -BID PACKAGE: Section 4.2 -Bid Proposal, All Units and Sections Replace these sheets with the attached sheets dated 6-29-10. Section 4.2-Bid Proposal An excel spreadsheet is provided on the city website, buzzsaw (http:/lwww.fortworthgov.org/purchasing/), to be used at the bidders discretion. The excel spreadsheet fonn of the Bid Proposal will be accepted as an official bid. Any discrepancies between the excel spreadsheet prepared by the contractor will be replaced by the descriptions, quantities and pre-bid amounts shown in Section 4.2 -Bid Proposal. Addendum No . 1, Page 1 Jun. 30 ., 20 10 .4:3 2PM . ' Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid CPMS Record Number BID00137, Grass Sod-Install THIS ITEM IS DELETED Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid CPMS Record Number BID00843, Curb-7 Inch -Install Replace the quantity 5,814 with 6,680 Linear Feet Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid No. 005 1 · P. 3/14 CPMS Record Number BID00445, Pavement -2 Inch Mio Overlay -Replace THIS ITEM IS DELETED NEW ITEM Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid CPMS Record Number BID00471, Pavement-Transition-Min 6 Inch HMAC-Install The Quantity is 32 Tons. Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid CPMS Record Number BID00848, Meter Box Adjustment -Services Change the quantity to 64 Each and Your Bid to $2,240 CLARIFICATION Section 4.2 -Bid Proposal, All Units, Base Bid and Alternate Bid The Unit of Measure FOOT shall be taken as LINEAR FOOT. Section 4.2-Bid Schedule, Bid Schedule Item No. l -Bid-00213 Std 4 Ft Diam-(0-6 Ft Depth}--Install, Replace "stainless steel insert" with "water tight insert". 3. SECTION 5 -GENERAL AND SPECIAL CONDITIONS: CLARIFICATION Section 5.5-Part E Specifications, Special Technical Specifications, STS-035, B.4. The concrete pavement strength shall be 3,000 psi at 28 days. This section shall take precedence over the reference to concrete strength in Section 9, Geotechnical Report, in regard to concrete strength testing. CLARIFICATION Section 5.6-Special Provisions (Paving and Drainage) Item 75(b) Progress Construction Schedule Contractor shall use Tier 3 schedule. The schedule shaU be submitted during the Preconstruction Meeting. Section 5.7-Wage Rates, 2008 Prevailing Wage Rates Construction Industry IBIS PAGE IS DELETED Addendum No. 1, Page 2 Jun . 30, 20 101 4: 32PM No. 00 5 J P . .4 /14 4. SECTION 6 -CONTRACTS BONDS & INSURANCE: Section 6.7 -City of Fort Worth Contract -Replace sheet C-1 & C-2 with the attached revised sheet C-lR & C-2R. The contract time has been revised to 240 calendar days . 5. SECTION 10-EPA CONSTRUCTION ACTIVITY PERMITS: Section 10.1 -EPA Notice of Intent (NOI) CLARIFICATION The NOi shall be submitted during the Preconstruction Meeting 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 : By: L:?d _/ C/ Company: S:re -Si'-e: + \,J ,..~, 1 .. c. Address: £.D. t,o)C, +1t1ie.o City: $A~ltJ~W State: Tx William A. V erkest, PE Director, Transportation & Public Works Department lktuk 0 fv By: Gopal Sahu, PE Title: Project Manager Addendum No . 1, Page 3 J u n. 3 Or' 2 0 1 01 4 : 3 3 PM CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS No. 005 ) . P .. 13/14 KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the day of -------• 20___, 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------------· ("Contractor"). Owner and Contractor may be referred to herein individually as a •parzy-or collectively as the •parties." WITNESSETH: That said Parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : FOR : 2007 Critical Capital Project Council District 6-Part 3 City Project No . 00966 DOE No. 5921 GLENMONT DR. (Westcreek Dr. to Calousa Dr.)-GROUP A WHARTON DR. (Wedgemont Cir . N. to Walton Ave .) -GROUP B WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP B UNIT I Water Project No. P264-541200-606170096583 UNIT I Sewer Project No. P-274-541200-706170096583 UNIT II TPW Project No. C295-541200-206400096583 That the work herein contemplated shall consist of the Contractor 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 or on behalf of the City of Fort Worth for the Department of Transporation and Public Works 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 itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department of the City of Fort Worth . 6/17/09 C-lf\. Jun. 30.1 2010 •• 4: 33PM No . 0051 ,. P. t4 i"14 The Contractor hereby agrees and binds Itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department 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 Transportation and Public Works Department of the City of Fort Worth and City Council of the City of Fort Worth within a period of 240 Calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated. plus any additional time allowed as provided In the General Conditions . there shall be deducted from any monies due or which may thereafter become due him, the sum of $ per working day, not as a penalty but as llquldated damages, the Contractor and its 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 here in 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 manner as It may deem proper, and rf in the completion thereof, the cost to the Owner shall exceed the contract price or prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay Owner on demand in writing, setting forth and specifying and itemized statement of the total cost thereof, said excess cost. 6. Contractor Covenants and agrees to indemnify the Owner, Owner'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 lnfury, 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 injurv or damage is caused In whole or in part by the negligence or alleged negllgance of Owner, Its officers1 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 deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages Is outstanding as a result of work performed under a City of Fort Worth contract. 6/17/09 C-2R CITY OF FORT WORTH, TEXAS ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents 2007 Critical Capital Project, Council District 6 -Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave .)-GROUP A WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A D.O.E. No. 5919, City Project No. 00965 IN THE CITY OF FORT WORTH, TEXAS TPW Project No. C295-541200-206400096583 Water Project No. P264-541200-606170096583 Sewer Project No. P -274-541200-70617 0096583 Bid Date: July 15, 2010; 1:30 PM Addendum No . 2 : Issued July 14,2010 This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of thi s addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification . The plans and specification documents are hereby revised by Addendum No. 2 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. SECTION 4 -BID PACKAGE: Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid Replace this sheet with the attached sheet dated 7-14-10. Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid CPMS Record Number BID00528 , Walk-Install Change the Quantity from 1,051 Square Feet to 38 Square Feet. Section 4.2 -Bid Proposal, Unit/Section Paving-Concrete, Base Bid CPMS Record Number BID00530, Walk 4 Ft-Install Change the Quantity from 114 Square Feet to 1,051 Sq uare Feet. Addendum No . 2, Page 1 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 "NONRESPONSNE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: Address: P.O . 'bo,o +~ 380 State: Tx William A. V erkest, PE Director, Transportation & Public Works Depa.-ent y ~t2= ~ By: Gopal Sahu, PE Title: Project Manager -·-~ -~S OF TJ::-~, .;;_ "\'r-..... *-··-· .... :---r-<7 \ \ , -;; .. . •. 7.()' '* . .,.. . , .. u · t 4 • •• *' '*I . \ ', rw ............................... ~ . ., WALTER P. NORWOOD t ,._ .. ~r··-·········'··············,·····J ob "Q \ 82049 / r.:: ,,, o~.'. . " \o,;.·.(Y~. Y:,o/ 't~}J~!f ~~-0~ ~~ \ 0 ,,~'ijP~\\~\ Addendum No. 2, Page 2 AVE. AVE . WALTON ~~---------,---------i---·-···--·--- 8 ! ! • J ") ! !G \ 1 ".1 ·."~ .;. : .. ;, . ! ~ ~) j 1 1 is __ i _____ r_·;···-.-······ ! MINOT AVE . \ \ PROPOSED CONCRE TE PA~NG IMPROVE MENT S :GLENMON.T :, .• DENBURY MINOT DR . • ::.:: w w ~ _, 4 ... ~'i3 ' u _... '-en w ,= :23 / / 27. \ ... )-.... ___ . 8 SCAL E: 1 "= 250' 10 I 1 ()~ ~. l. COU NC IL DISTR ICT NO. 6 MAPSCO NO. 90S EXH IB IT 2a GLENMONT DR IVE LEGEND PROP. CONC PAV ING mn PROPOS ED PA~NG IMPROVEMEN TS FROM WESTCREEK DR. TO CALOUSA DR. CO NTR ACT 2007 CO 6A, 68, 6C Enginee r ing Des ign Services Assoc ia te d Wi th Str ee t Reconstruction, Wa te r an d San i tary Se wer Re pla ce m ent On Glenmont Drive (Westcree k Dr . to Colouso Dr .), Gre ene Avenue (SW Loop 820 to Rutland Ave). Odessa Ave n ue (Wos ley Dr. to Sou t hgate Dr .), Who r ton Drive (Wedgmont Cir . t o Walton Ave.), Wonder Dri ve (W in i fred Dr. t o Walton Ave .), Indio St reet (Forgo Ct. to SW Dead End), Jenn ie Dr ive (Peggy Dr. to Dur ing er Rd.), Peggy Dr ive (Jennie Dr. to Du r inger Rd.), Natchez Tra ce (Rockdale Rd. to Tr im b le Dr). and Ga rri ck Avenue (SW Loo p 820 to Wooten Dr .) Lockwood, Andrews & Newnam, Inc. A SUBS I DIARY OF L EO A DAL Y '2 11 .. , 3 , I 18:< 1 WALTON 2 r.)b ···· 10 9 19f~ 10 AVE '.1 29 SCA LE: 1 "= 200' COUNCI L DISTRICT NO . 6 MAPSCO NO. 89U EXH IBI T 2e WONDER DRIVE LEG END PRO P. STO RM DRAIN PROP. CO NC PAVIN G IS!n PROPOSED PAVING IMPROVEMENT S FRO M WIN IFRED DR TO WAL TON AVE. CO NTRA CT 2007 CO 6A , 68, 6C Enginee r ing Des ign Services Assoc ia te d Wi th Stre et Reconstruction, Wat er and San itary Se wer Replacement On Gle nmon t Dr ive (Wes t creek Dr . to Co l ouso Dr.), Gr eene Avenue (S W Loop 820 t o Rutla nd Ave .), Ode ssa Avenue (Wosley Dr. to So uthgate Dr .), Whorton Dr ive (Wedgmon t Cir. to Walton Ave.), Won der Drive (Winifred Dr. t o Wal to n Ave), Indio Stree t (Fo r go Ct. t o SW Dead End), Jennie Dr ive (Peggy Dr . to Dur in ger Rd.), Pe gg y Dr ive (Jennie Dr. to Dur inge r Rd.), Na tche z Tra ce (Rockdale Rd. t o Tr im ble Dr.), and Garri ck Avenue (SW Lo op 820 to Wooten Dr.) Lockwood, Andrews & Newnam, Inc. A SUBS I DIAR Y OF LEO A DALY CONCR[TE ·""· r·-.... ··\:·_,: .. i .. I . "1 ! it 'l,i i ' \ \ ?-, \ a \. ~;,. \ 0 \ ·t.·:::.. \ -\ \ \ \ ... ··· \ \ \ \ \ \ \ \ ------ ' \ \ \ \ ... ---···--. ----- ·--- \ \ \ \ \ \ \ \_ ... -·. ____ _ \ \ \ ____ J ....... __ _ ... ···'--...:-_. ·-.:: ----- ·:···) /·-~ ·.i .• •· ----------------.... ·-·--. : ··----. ··-.... -...... · ··-----·---------....... __ _ --------~ ·--._ _____ _ ... : :) r..: •. i._: . ..... ' ,.._ ·- .\ ....... ,I WALTON -----------1 -------------------r ~ u ··I -I ·1 / I /\ -® ---t ....•. ,:c·,.,.-...... _., ............. , ... ,-. -~ ____________ L ________ f _____ ; ............. :.... . .... .1 ....... SC.6LF: .. 1_" 00.7co ' --· .. , mn LEGEND PROP. S f ()R~/1 DRAIN Engir1t~e(nCJ Desi9.r Se r vice ~: .!\;;sc;c<oted \f./iU--. Street f?ecor;~:;trLa)ion . VYo te r end Scnit or y Se·Ner' Rcp .ocerren ~ Cn Ctc(mcnt [),ivr (YVcstcrc(~k i}·. to Colousa Dr.)t Creent~ A venue· (SI/ Loo c 62J t•) Ru~!cr;(.1 .A.ve.). Cde~.s o ;\•;e:rue (V/usie ) Qr. tc , SJut h gote Dr.), 'Nr"lc rlr)n )f!vc {'Ncc9r 1 ·~f.;::l Cir . ~(J \\/c1to:·; !\ve.), Vfoncc r Drive (V{nifr·(:J Jr tc~ VVr/t0n Ave .)i :r,c!c Lockwood, Andrews & Newnam, Inc. ________ _ A SUBSIDIARY OF LEO A DALY SECTION 2-BID PACKAGE 2.1 TABLE OF CONTENTS 2.2 NOTICE TO BIDDERS 2.3 COMPREHENSIVE NOTICE TO BIDDERS 2.4 SPECIAL INSTRUCTIONS TO BIDDERS (WATER-SEWER) 2.5 SPECIAL INSTRUCTIONS TO BIDDERS (PAVING-DRAINAGE) TABLE OF CONTENTS 1 -Project Information [8J 1.1 -M&C [8J 1.2 -Title Page [8J 1.3 -Location Maps 2 -Front End Documents [8J 2.1 -Table of Contents [8J 2.2 -Notice to Bidders [8J 2.3 -Comprehensive Notice to Bidders [8J 2.4 -Special Instructions to Bidders (water-sewer) [8J 2.5 -Special Instruction to Bidders (paving-drainage) D 2.6 -Detailed Project Specifications (no drawings provided) 3 -MWBE Documentation [8J 3.1 -MWBE Special Instructions [8J 3.2-MWBE Subcontractors/Suppliers Utilization Form [8J 3.3 -MWBE Prime Contractor Waiver [8J 3.4 -MWBE Good Faith Effort [8J 3.5 -MWBE Joint Venture 4 -Bid Package [8J 4.1 -Bid Proposal Cover & Signature Sheets [8J 4.2 -Bid Proposal(s) D 4.3 -Green Cement Policy Compliance Statement [8J 4.4 -Bid Schedule [8J 4.5 -Vendor Compliance to State Law [8J 4.6 -List of Fittings [8J 4. 7 -Addenda Index and Receipt [8J 4.8 -Pre-Qualified Sub- Contractor List 5 -General and Special Conditions [8J 5.1 -Part C General [8J Conditions (water -sewer) 5.2 -Supplementary Conditions to Part C (water - sewer) [8J 5.3 -Part D -Special [8J Conditions (water -sewer) 5.4 -Part DA -Additional Special Condition (water - [8J sewer) 5.5 -Part E Specifications [8J 5.6 -Special Provisions (paving -drainage) TABLE OF CONTENTS 6 -Contracts, Bonds and Insurance 7-Permits 8 -Easements 9-Reports 10-EPA Construction Activity Permits 11 -Addenda [8J 5. 7 -Wage Rates D 5.8 -Compliance with and Enforcement of Prevailing Wage Rates [8J 5.9 -Standard Details {water- sewer) [8J 5.10-Standard Details {paving-drainage) [8J 6.1 -Certificate of Insurance [8J 6.2 -Contractor Compliance With Workers' Compensation Law [8J 6.3 -Conflict of Interest Questionnaire [gl 6.4 -Performance Bond [gl 6.5 -Payment Bond [gl 6.6 -Maintenance Bond [8J 6. 7 -City of Fort Worth Contract D 7.1 -TxDOT Permit{s) D 7.2 -Railroad Permit{s) D 7.3 -Other Permit{s) [8J 8.1 -Easement [gl 8.2 -Right of Entry [gl 9.1 -Geo-tech Report{s) D 9.2 -Cathodic Protection Study Report D 9.3 -Other Project Specific Study Report{s) [gl 10.1 -EPA Notice of Intent {NOi) [gl 10.2 EPA Notice of Termination {NOT) [gl 11.1 -Addenda NOTICE TO BIDDERS Sealed proposals for the following: 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 6 -PART 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A D.O.E. No. 5919 , City Project No. 00965 TPW Project No. C295-541200-206400096683 Water Project No. P264-541200-606170096683 Sewer Project No. P-274-541200-706170096683 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, July 15, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for th is project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division website at http://www.fortworthqov.org/purchasinq/ and clicking-on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of Lockwood, Andrews & Newnam, Inc., 1320 S. University Drive, Suite 450, Ft. Worth , TX 76107, at a cost of $75 per set (non-refundable). The major work will consist of the (approximate) following : Unit 11,737 LF Unit 182 LF Unit I 2,361 LF Unit II 13,031 SY 8" Water Line 8" Sanitary Sewer by other than Open Cut 8" Sanitary Sewer 7 %" Concrete Pavement Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Rev 2-2-10_TPW NB-1 NOTICE TO BIDDERS For additional information , please contact Walter Norwood , P.E. with Lockwood, Andrews & Newnam, Inc. at 817-338-7509 or by email wpnorwood@lan-inc.com, and/or Gopal Sahu , P.E. Project Manager, TPW Department at 817-392-7949 or by email gopal.sahu@fortworthgov.org. A pre-bid conference will be held on July 1, 2010 at 10:00 a.m., in the Conference Room 270 at the TPW Department, 1000 Throckmorton St., 2nc1 floor, Ft. Worth, Texas . Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates: June 10, 2010 June 17, 2010 Rev 2-2-10_TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 6 -PART 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A D.O.E. No. 5919, City Project No. 00965 TPW Project No. C295-541200-206400096683 Water Project No. P264-541200-606170096683 Sewer Project No . P-274-541200-706170096683 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION · 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, July 15, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of Lockwood, Andrews & Newnam, Inc., 1320 S . University Drive, Suite 450, Ft. Worth, TX 76107, at a cost of $75 per set (non-refundable). The major work will consist of the (approximate) following : Unit 11,737 LF Unit 182 LF Unit I 2,361 LF Unit II 13,031 SY 8" Water Line 8" Sanitary Sewer by other than Open Cut 8" Sanitary Sewer 7 %" Concrete Pavement 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 "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of Rev 2/2110_ TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line ( on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts . A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no 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 department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal , Unit I-Water & Sewer, Unit II-Paving & Drainage and Bid Alternate 1, within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for, Unit I-Water & Sewer, Unit II-Paving & Drainage and Bid Alternate 1. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth . For additional information, please contact Walter Norwood, P.E. with Lockwood, Andrews & Newnam, Inc. at Telephone Number: 817-338-7509 or by email : wpnorwood@lan-inc.com, and/or Gopal Sahu, P.E. Project Manager, TPW Department at 817-392-7949 or by email: gopal.sahu@fortworthgov.org . A pre-bid conference will be held on July 1, 2010 at 10:00 a.m., in the Conference Room 270 at the TPW Department, 1000 Throckmorton St., 2nd floor, Ft. Worth, Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: June 10, 2010 June 17, 2010 Rev 2/'2110_ TPW • GopalSahu, P .E Tra sportation & Public Works Department CNB -2 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All cootractors submitting bids are required to be prequalified by the Fort Worth Water Department priO£ to submitting bids. This prequalification process will emablish a bid limit based oo a technical evaluation and financial analysis of the cmtractOI". It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable c:xpcrience record, an acceptable equipment schedule and any other documents the Dq,artment may deem necessary, to the Director of the Water Department at least seven ·(7) calendar days prioc to the date of the opening of bids. a) The financial statement required shall have been prepared by an indq,endent certified public aCCOWltant or an indq,cndent 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 an~ not more than one (1) year old. In the case that a bidding date &Us 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 considc-ed to be acceptable for a given project, it must reflect the experience of the firm sedcing qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Watc-Dq,artment shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Dq,artment 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 disaetion, may reject any bid for &ilure to demonstrate experience and/or expertise. t) Any propooals submitted by a non-prequalified biddc-shall be returned unopened, and if inadvmently opened, shall not be considc-ed. 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 ofFort Wm:h, in an amount ofnot less than five (5%) percent of the largest poosible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the su~ful bidder &ils to execute the Cootract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a sun:ty on obligations permitted or required under federal law; O£ (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 seccetary of the treasury to qualify as a surety on obligations permitted or required 1mder federal law. Satis&ctmy proof of any such reinsurance shall be provided to the City upon request. The City, in its sole disaetion, will determine the adequacy of the proof required herein. 3. BONDS: A perfoonance bond, a payment bond, and a maintenance bond each for one hundred (100%,) percent of the cmtract price will be required, Reference C 3-3.7. 09/10/04 1 4. WAGERATES: Section CJ-3.13 of the Gena-al Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requircments ofCliapter 2258, Texas Government Code, including the payment of not less than the rates detc:nnined by the City Council of the City ofFmt Worth to be the prevailing wage rates in accordance with ChaptC2' 2258, Texas Government Code. Such prc:vailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of accq,tance of the work. maintain reards that show (i) the name and occupation of each worka employed by the contractor in the coostruction of the work provided for in this contract; and (ii) the actual per dicm wages paid to each wocker. These recads shall be open at all reasonable hours for inspection by the City. The provisions ofl{ig4t f9 .Audit.~~ paragfjlph L of Section Cl : Supplementary Conditions To Part C ..., General Conditions. pc.:rtaio tq ~is iqspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractocs 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 Propooal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Propooal. 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 bidda unless the nonresident's bid is Iowa than the lowest bid submitted by a responsible Texas resident bidda by the same amount that a Texas resident biddel" would be required to underbid a nonresident biddel" to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidda whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority OWDC2" has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The apprq,riate blanks of the Proposal must be filled out by all nonresident biddel"S in ordel" for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that biddel". 8. PAYMENT: lithe bid amount is $25,000.00 er less, the contract amount shall be paid within fmty- five (45) calendar days after completion and accq>tance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neitha it nor any of its offiCel"S, mcmbel"S, agents employees. program participants er 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 oc privileges of their employment, discriminate against pasoos because of their age excq,t oo the bases of a bona fide occupational qualification, retirement plan or statutory requirement Contractor further covenants that neither it noc its officers, members, agents, employees, subcontractors, program participants, oc persons acting on their behalf: shall specify, in solicitations oc advertisements foc employcc:s to wock on this contract, a maximum age limit foc such employment Wlless the specified maximum age limit is based upon a booa fide occupatiooal qualificatioo, retirement plan oc statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims oc allegations asserted by third parties or subcontractor against City arising out of Contractor's and/oc its subcontractocs' alleged failure to comply with the above referenced Policy concerning age discrimination in the pemxmancc of this agreement 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA j, Contractor warrants that it and any and all of its subcontractors will not Wllawfully disaiminate 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 conCC£Ding disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcootractors against City arising out of Contractor's and/or its subcootractocs' alleged failure to comply with the above refea-enced laws conCC£Ding disability discrimination in the pemxmance of this agreement 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Wocth Ordinance No. 15530, the CityofFort Worth has goals foc the participation ofminocitybusiness enterprises and women business enterprises in City contracts. A cq:,y of the Ordinance can be obtained from the Office of the City Secretary. The biddea-shall submit the MBF/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTIJRE FORM as appropriate. The Documentation must be received by the managing dq,artment no latea-than 5:00 p.m., five (5) City business days after the bid opening date. The biddea-shall obtain a receipt from the appropriate employee of the managing dq,artment to whom delivea-y was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall rendea-the bid non-responsive. Upon request, Contractor agrees to provide the Ownea-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 furthea-agrees to permit any audit and/or cxaminatioo of any boob, records «r files in its posscssioo that will substantiate the actual work pedixmed by an MBE and/«r WBE. The misrepresentatioo of facts ( other than a negligent misrepresentation) and/«r COOJmission of fraud by the Contractor will be grounds for tcrmfnation of the contract and/er initiating action under appropriate Federal, State or local laws or «rdinanccs · relating to false statements. Further, any such misrcprescntatioo of facts (other than a negligent misrepresentation) and/«r COOJmission of fraud will result in the Contractor being detea-mined to be irresponsible and barred from participating in City work b 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 romplctc and acccptod by the City as of the date the final punch list has been rompldcd, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as ofthe 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. t: 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 quantitic.,, oc (ii) liquidated damage.,, 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 quantitits or liquidated damagts, the partits shall attempt to rtsolve the differences within 30 calendar days. 09/10/04 4 .. ,.,_. SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract 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 rein surer 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 ~he proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code . In order for a surety to be acceptable to the City, the surety must (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 proof required herein . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed , in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work . If the contract amount is in excess of $100,000, a Performance Bond shall be executed , in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents . Said bond shall solely be for the protection of the City of Fort Worth . All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 10/27/04 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part l, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects . 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5 . EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6 . WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following 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 the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwi se require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted . 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily lnjury-$500,000 each rson, $1,000,000 each occurren ce ($2 000,000 aggreg ate limit); Pr<>perty Damage -$250,000 eacll occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9 . ADDITIONAL INSURANCE REQUIREMENTS: 10/27/04 2 a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention 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 . Contractor's liability shall not be limited to the specified amounts of insurance required herein . m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 10/27/04 3 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 'Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER 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 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 that three (3) years . b ·· rl2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM, and/or the JOINE VENTURE FORM (''Documentation") as.appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is pro~ to d the conttad has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period . Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 10/27/04 4 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the plans desk of the Department of Engineering Construction Division at (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE Willi WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions : Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (fWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without 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 toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, 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 to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 10/27/04 5 (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 wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and ~ (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. 10/27/04 6 j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy (''Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of 10/27/04 7 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period . b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed . e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 10/27/04 8 SECTION 3-MWBE DOCUMENTATION BASE BID 3.1 MWBE SPECIAL INSTRUCTIONS 3.2 MWBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM 3.3 MWBE PRIME CONTRACTOR WAIVER 3.4 MWBE GOOD FAITH EFFORT 3.5 MWBE JOINT VENTURE ...... 1 ...... ,...,, City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT A Page 1 of 5 Prime Company Name: Check applicable block to describe prime STABILE & WINN , INC . I M/W/DBE I X I Non M/W/DBE PROJECT NAME : BID DATE 200 7 C rit ic al Cap ital Project District 6 -Part 3 Base Bid & Opt ional Bid Ju ly 15 , 2010 CITY'S M/WBE Project Goal : Prime's M/WBE Project Utilization : PROJECT NUMBER 24 % Base Bid 9 .65 % Base Bid City Project No . 00966 26 % Op ti onal Bid 8.9 1% Optional Bid I \ Identify ~II subcontractors/suppliers you will use on this project J Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications . ""' The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execut ion of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker , Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its suppl ier is considered 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid open ing 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). 1 If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE cred it. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commissions earned b the M/WBE as outlined in the lease a reement. Rev . 5/30/03 ,, • f ORl'f \v' RTH 1-' ---...,..--- ATTACHMENT A Page 2 of 5 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Women and non -M/WBEs. Please list M/WBE firms first , use additional sheets if necessary. Certification N (Check One) 0 SUBCONTRACTOR/SUPPLIER T N N Company Name i C T Detail Detail MW X M Dollar Amount Address e B B T D w Subcontracting Work Supplies Purchased Telephone/Fax r E E R 0 B C T E A HJG Trucking 1 X X Aggregates $16 ,214 .00 701 Denair Fort Worth , TX 76111 817-834-7181 Klutz Construction , LLC 1 X X Inlets $19 ,800.00 P.O . Box 100263 Fort Worth , TX 76185 817-921-0990 J .M. Materials 2 XX Trucking $15 ,000 .00 P.O . Box 496 Alvord , TX 76225 Sand $ 3,000 .00 Rock $ 27 ,000 .00 940-427-2033 940-427-2789 Provided by Tri-Tech Provided by Tri -Tech Magnum Manhole 2 X X TV Inspection Sewer $13,000 .00 3828 Cavalier Garland, TX 214-687-2293 Provided by Tri-Tech 972-276-5318 Cowtown ReadyMix 2 XX Redi-Mix Concrete $1 ,200 .00 P.O . Box 162327 Fort Worth, TX 76161 Provided by Tri-Tech 817-988-3158 817-759-1716 Rev . 5/30/03 • 1 ATTACHMENT A Page 3 of 5 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification N (Check One ) 0 SUBCONTRACTOR/SUPPLIER T N N Company Name i C T Detail Detail M v,, X M Dollar Amount Address e B B T D w Subcontracting Work Supplies Purchased Telephone/Fax r E E R 0 B C T E A Tri -Tech Construction , Inc. 1 X Utility Work 650 Tower Drive Kennedale , TX 76090 M/WBE From Above $59 ,200 .00 817-496-5361 Non-M/WBE $278 ,769.40 817 -446-3044 US Lime 1 X Slurry Lime $23,495 .00 13800 Montfort Dr Suite 330 Dallas , TX 75240 (972) 385-1335 US Concrete/Redi-Mix 1 X Ready-Mix Cone . $191 ,7 14 .00 1001 W . Euless Blvd. Suite 100 Euless , Texas 76040 817 -485-4850 817-485-5985 Southwest Const. Serv. 1 X Joint Seal $11 ,100 .00 11430 Newkirk Dallas , TX 75229 214-879-9948 Barnsco 1 X Rebar $48 ,755.00 P.O . Box 541087 Dallas , TX 75354 214-352-9091 Rev . 5/30/03 ' < i' FORTWORTH ~ ATTACHMENT A Page 4 of 5 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority , Women and non-M/WBEs . Please list M/WBE firms first, use additional sheets if necessary . Certification N (Check One) 0 SUBCONTRACTOR/SUPPLIER T N N Company Name i C T Detail Detail M \J\J X M Dollar Amount Address e B B T D w Subcontracting Work Supplies Purchased Telephone/Fax r E E R 0 B C T E A ·-Buyers Barricades 3705 E. 1st Street 1 X Temp . Barricades $7,080 .00 Fort Worth , TX 76111 817 -535-3939 817-831-7171 I ' Rev . 5/30/03 • f ORTWO RTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIER :::, '-1 ,0 /, ATTACHMENT A Page 5 of 5 I 0,17 <· . .; " /p 1 I·) - $ 95 ,214 .00 $ 560 ,913.40 $656,127.40 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Bus iness 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 w ith owners , principals , officers , employees and applicable subcontractors/suppliers/contractors partic ipating 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 period of time not less than one (1) year. Vice President Ti t le Stabile & Winn , Inc . Company Name P.O . Box 79380 Address Saginaw , Texas 76179 C ity/State/Zip Jerry Henderson Pri nted Signatu re Same Contact NamefTitl e (i f d ifferent) 817 -847-2086 817-847-2098 Telephone and /or Fa x jerry. henderson@stabilewinn .com E-mail Address July 20 , 2010 Date Rev . 5/30/03 • FORT WORT H '-a ••• PRIME COMPANY NAME : STABILE & WINN , INC . PROJECT NAME: City of Fort Worth Good Faith Effort Form 2007 Crit ical Cap ital Project District 6 -Part 3 Base Bid & Optional Bid City's M/WBE Project Goal: I PROJECT NUMBER 24 % Base Bid City Proj ect No . 00966 26 % Optional B id ATTACHMENT 1C Page 1 of 3 Check applicable block to describe crime I M/W/DBE I X I NON-M/W/DBE BID DATE July 15 , 201 O If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this 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, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being 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 Utilities (Water, Sewer, & Storm Drain) Ready-Mix Concrete Inlet Construction Rebar Supplies Manhole Construction Project Signs Barricades Hauling Aggregates Joint Seal Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __K_Yes __ No Date of Listing ___k__1 ~ I 20 l 0 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? C. A'-'-£ t:> ~ ;:I"' ...A£,.. \ Q. I 'J.01 0 __}{_Yes __ No (If yes , attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact 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 Rejection M.E. Burns 817-447-0292 Donnie Burns Utilities Not Low Bid Cleburne Utilities 817-558-1590 Sherry Utilities Not Low Bid Rev. 05/30/03 ATTACHMENT 1C ADDITIONAL INFORMATION: '! n4 1- , :4 - Page 3 of 3 / p Please provide additional information you feel will further explain your good and honest"1e"ttorts to obtain M/WBE participation on this project. No other M/WBE quotes were received or rejected 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/WB Offic Vice Pres ident Title Stabile & Winn Inc. Company Name P.O . Box 79380 Address Sag inaw, Texas 76179 City/State/Zip Jerry Henderson Printed Signature SAME Contact Name and Title (if different) 817-847-2086 817-847-2098 Phone Number Fax Number jerry. henderson@stabilewinn .com Email Address July 20, 2010 Date Rev. 05/30/03 .-. SECTION 4-BID PACKAGE 4.1 BID PROPOSAL COVER & SIGNATURE SHEET 4.2 BID PROPOSAL 4.4 BID SCHEDULE 4.5 VENDOR COMPLIANCE TO STATE LAW 4.6 LIST OF FITTINGS 4.7 ADDENDA INDEX AND RECEIPT 4.8 PRE-QUALIFIED SUB CONTRACTOR LIST J un. 30 . ·20 i 0, '4J 2PM TO: MR. DALE A. FISSLER, P .E. City Manager Fort Worth, Texas PROPOSAL FOR: 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 6-PART 3 No. 005 ·1 · P., · ~/14 . , .. Fort Worth, Texas GLENMONT DR. (Westcreek Dr. to Calousa Dr.} -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP B WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP B City Project No.: 00966 UNITS/SECTIONS UNIT I Water Project No. P264-541200-606170096583 UNIT I Sewer Project No. P-274-541200-706170096583 UNIT II TPW Project No. C295-541200-206400096583 Pursuant to the foregoing ''Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors are advised that one contract will be awarded to the lowest combined bid for all Units/Sections . City of Fort Worth Project Unit/Section Date City Project# Your Vendor Name Your Company Name Bid Items Sub Group Water-Distribution Sewer-Collection Street-Paving Street-Paving Street-Paving Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Project Manager: Gopal Sahu , PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A, DOE 5919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.)-GROUP A, DOE 5919 WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A, DOE 5919 Water July 15 , 2010 966 0000007645 Stabile & Winn, Inc. CPMSRECORD NUMBER BID-00568 BID-00372 BID-00443 BID-00442 BID-00493 BID-00542 BID-00547 BID-00546 BID-00550 BID-00616 BID-00618 BID-00745 BID-00749 BID-00751 BID-00758 BID-00759 BID-00762 BID-00768 No Options on this bid MATERIA L Iron ServiceCS Asphalt Asphalt Rock ServiceCS ServiceCS Iron Polyethylene PVC PVC Iron Iron Iron Copper Copper Assembly Steel DESCRIPTION Pipe Fitting -Install Trench Safety System 5 Foot Depth -Install Pavement-2 Inch Min HMAC on 2127 Concrete Base (STR-028) - Install Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary -Install Subgrade-Crushed Limestone For Misc. Placement -Install Dehole-Exploratory Excavation -Study Fire Hydrant -Remove Fire Hydrant -Install Meter Box-Class A -Install , Complete with Meter Pipe-Pressure-6 Inch -Install ; DR-14 PVC Water Line (Includes Removal or Abandon ing of Existing Water Pipe) Pipe-Pressure-a Inch -Install ; DR-14 PVC Water Line (Includes Removal or Abandoninq of Existina Water Piae\ Valve-6 Inch-Gate-wNalve Box -Install Valve-8 Inch-Gate-wNalve Box -Install Valve-Gate -Remove Water Service-1 Inch -Install ; Copper Service from Main to Meter Water Service-1 Inch -Relocate Water Service-1 Inch-Tap to Main -Install Water Service-2 Inch-Temporary -Install ; Furnish and Lay 2-lnch Pipe and Fittings for Temporary Service Connection for Entire Proiect 6/29/2010 UNIT OF QUANTITY YOUR UNIT YOUR BID MEASURE PRICE Ton 1 $3 ,500 .00 $3,500 .00 Linear Foot 1,773 $0 .10 $177 .30 Linear Foot 55 $60 .00 $3 ,300 .00 Linear Foot 2,439 $7 .50 $18 ,292 .50 Cubic Yard 3 $20 .00 $60.00 Each 2 $500 .00 $1 ,000.00 Each 3 $100 .00 $300 .00 Each 3 $2 ,100.00 $6 ,300 .00 Each 38 $160 .00 $6 ,080.00 Linear Foot 36 $21.00 $756 .00 Linear Foot 1,737 $23 .00 $39 ,951.00 Each 3 $650.00 $1 ,950 .00 Each 3 $850.00 $2 ,550 .00 Each 6 $100.00 $600 .00 Linear Foot 818 $12.00 $9 ,816.00 Each 11 $210 .00 $2 ,310.00 Each 38 $3 70.00 $14 ,060 .00 Lump Sum 1 $11 ,000 .00 $11 ,000 .00 Total Bid This Unit $122,002.80 City of Fort Worth Project Unit/Section Date City Project# Your Vendor Name Your Company Name Bid Items Sub Group Fence Fence Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Street-Paving Street-Paving Project Manager: Gopal Sahu , PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A, DOE 5919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A, DOE 5919 WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A, DOE 5919 Sewer July 15, 2010 966 0000007645 Stabile & Winn, Inc. CPMSRECORD NUMBER 810-00127 810-00128 810-00201 810-00202 810-00206 810-00211 810-00207 810-00208 810-00213 810-00214 810-00217 810-00332 810-00349 810-00351 810-00319 810-00354 810-00355 810-00356 810-00367 810-00372 810-00443 810-00442 No Options on this bid MATERIA L Other ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS Concrete Concrete Concrete Concrete ServiceCS Iron Iron PVC PVC PVC Other PVC ServiceCS ServiceCS Asphalt Asphalt DESCRIPTION Fence -Remove Fence-Chain Link -Install Inspection-Post Construction Cleaning & TV -Study lnspection-Preconstruction Cleaning & TV -Study Manhole -Remove Manhole-Paint & Coating-Interior Protective Coating -Install Manhole-Drop-Std 4 Ft Diam-(to 6 Ft depth) -Install Manhole-Drop-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) - Install Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install Manhole-Vacuum Test -Services · Pipe-Sewer-8 Inch (All Depths) -Install ; Ductile Iron Pipe-Sewer-8 Inch-Other Than Open Cut -Install; Ductile Iron Pipe-Sewer-8 lnch-SDR35 (All Depths) -Install Pipe-Sewer-6 Inch (All Depths) -Install Sewer Service-4 Inch -Install Sewer Service-4 Inch Service Tap -Install ; PVC Connection to New Sanitarv Sewer Pioe Sewer Service-4 lnch-2 Way Clean Out -Install Sewer-Service-Cut & Plug Existing All Sizes All Depths -Abandon Trench Safety System 5 Foot Depth -Install Pavement-2 Inch Min HMAC on 2/27 Concrete Base (STR-028) - Install Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary -Install 6/29/2010 UNIT OF QUANTITY YOUR UNIT MEASURE PRICE YOUR BID Linear Foot 40 $10 .00 $400.00 Linear Foot 40 $20 .00 $800.00 Linear Foot 2 ,491 $1.50 $3 ,736.50 Linear Foot 2 ,491 $2 .00 $4,982 .00 Each 10 $300 .00 $3 ,000 .00 Vertical Foot 46 $160 .00 $7 ,360.00 Each 2 $3 ,800 .00 $7 ,600 .00 Each 4 $90 .00 $360 .00 Each 13 $2,000.00 $26 ,000 .00 Vertical Foot 14 $90 .00 $1 ,260 .00 Each 17 $100 .00 $1 ,700 .00 Linear Foot 20 $68 .00 $1 ,360 .00 Linear Foot 82 $120 .00 $9,840 .00 Linear Foot 2 ,341 $30 .00 $70 ,230.00 Linear Foot 48 $29 .00 $1 ,392 .00 Linear Foot 1,565 $9 .00 $14 ,085 .00 Each 55 $400 .00 $22 ,000 .00 Each 55 $130 .00 $7 ,150 .00 Each 12 $75 .00 $900 .00 Linear Foot 2,491 $0 .10 $249 .10 Linear Foot 116 $60.00 $6 ,960 .00 Linear Foot 3 ,718 $8 .00 $29 ,744 .00 Total Bid This Unit $221,108.60 City of Fort Worth Project Un it/Section Date City Project# Your Vendor Name Your Company Name Bid Items Sub Group Traffic-Sign Sewer-Collection Drainage-Minor Drainage-Minor Drainage-Minor Drainage-Minor Drainage-Major Land-Soil Par1<-Site Street-Par1<way Street-Par1<way Street-Par1<way Street-Par1<way Street-Par1<way Street-Par1<way Street-Paving Street-Paving Street-Paving Street-Paving Street-Paving Street-Paving Street-Paving Walkway-Sidewalk Walkway-Sidewalk Street-Paving Street-Paving Art-Sign Water-Distribution Water-Distribution Sewer-Collection Walkway-Sidewalk Project Manager: Gopal Sahu , PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A, DOE 5919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A, DOE 5919 WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A, DOE 5919 Paving -CONCRETE July 15, 2010 966 0000007645 Stabile & Winn, Inc. CPMSRECORD MATERIA DESCRIPTION NUMBER L BID-00504 Steel Sign-Project Designation -Install BID-00196 Concrete Collar-Manhole -Install Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP - BID -00100 ServiceCS Install BID-00102 ServiceCS Inlet -Remove BID-00106 Concrete lnlet-lnline-10 Ft -Install BID-00108 Concrete lnlet-lnline-20 Ft -Install BID-00081 Concrete Pipe-21 Inch-CL Ill -Install BID-00147 Soil Topsoil -Install BID-00181 ServiceCS Traffic Control -Install BID-00402 ServiceCS Driveway -Remove BID-00404 Concrete Driveway-6 Inch -Install BID-00407 Assembly Mailbox -Install ; Remove , Temporary , Reinstall BID-00411 ServiceCS Retaining Wall -Install BID-00414 ServiceCS Utility Adjustment -Repair BID-00418 ServiceCS Base-Remove BID-00424 ServiceCS Curb & Gutter -Remove BID-00429 Concrete Pavement-Non Green Cement -Install BID-00471 Asphalt Pavement-Transition-Min 6 Inch HMAC-lnstall BID-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove BID-00484 Lime Subgrade-6 Inch-Lime Stabilized-27 lbs/Square Yard -Install BID-00496 Lime Subgrade-Lime for Stabilization -Install BID-00528 Concrete Walk -Install BID-00529 ServiceCS Walk -Remove BID-00530 Concrete Walk-4 Ft -Install BID-00534 Concrete Walk-Exposed Aggregate -Install BID-00843 Concrete Curb-7 Inch -Install BID-00003 ServiceCS Sign-Address on Curb -Install BID-00847 ServiceCS Valve Box-Adjustment -Services BID-00848 ServiceCS Meter Box-Adjustment -Services BID-00849 ServiceCS Manhole-Adjustment -Services BID-01227 Concrete Walk ADA Wheelchair Ramp-Install 7/14/2010 UNITOF QUANTITY YOUR UNIT MEASURE PRICE YOUR BID Each 2 $350 .00 $700.00 Each 19 $10 .00 $190 .00 Lump Sum 1 $700.00 $700 .00 Each 7 $300 .00 $2,100 .00 Each 7 $2,300 .00 $16 ,100.00 Each 1 $4 ,500 .00 $4 ,500.00 Linear Foot 170 $53 .00 $9,010 .00 Cubic Yard 1,090 $15 .00 $16,350 .00 Lump Sum 1 $9,000 .00 $9,000.00 Square Foot 12 ,931 $0 .50 $6,465.50 Square Foot 12 ,931 $4 .50 $58 ,189.50 Each 2 $25 .00 $50.00 Cubic Yard 9 $480 .00 $4 ,320 .00 Lump Sum 1 $30,000 .00 $30,000.00 Cubic Yard 10 $15 .00 $150 .00 Linear Foot 5,814 $1 .00 $5,814 .00 Square Yard 12,884 $26 .20 $337,560 .80 Ton 32 $150.00 $4,800 .00 Cubic Yard 3,768 $15 .00 $56 ,520.00 Square Yard 13,718 $1.85 $25 ,378 .30 Ton 185 $135 .00 $24 ,975 .00 Square Foot 38 $15 .00 $570 .00 Square Foot 940 $0 .50 $470.00 Square Foot 1,051 $4 .00 $4 ,204 .00 Square Foot 76 $4 .50 $342 .00 Linear Foot 6 ,680 $2 .00 $13 ,360 .00 Each 118 $10 .00 $1 ,180.00 Each 13 $250 .00 $3 ,250 .00 Each 64 $35 .00 $2 ,240 .00 Each 10 $350 .00 $3 ,500 .00 Each 3 $500 .00 $1 ,500 .00 Total Bid This Unit $643,489.10 City of Fort Worth Project Unit/Section Date City Project# Your Vendor Name Your Company Name Bid Items Sub Group 0 tional Bid Walkway-Sidewalk Walkway-S idewalk Project Manager: Gopal Sahu, PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A, DOE 5919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A, DOE 5919 WONDER DR. (Winfred Dr. to Walton Ave.)-GROUP A, DOE 5919 Paving -CONCRETE 966 CPMSRECORD NUMBER BID-00530 BID-01227 MATERIA L Concrete Walk-4 Ft -Install DESCRIPTION Concrete Walk ADA Wheelchair Ramp-Install 6/29/2010 UNIT OF QUANTITY YOUR UNIT YOUR BID MEASURE PRICE Square Foot 18 ,855 $4.00 $75 ,420 .00 Each 13 $500.00 $6 ,500 .00 Total Optional Bid $81 ,920.00 .. , o, Fod Worth Project Uolt/Sectl.on Date CJty Projl!CI II IYoDr Vendor Name Vou.r Company Name Old Jtem1 SwbGrnwp T rafflo.Slgn Sewer-Co llection Drlli'l...-.Mlnor D1aln-.Mlnor Draln--Mlnor DraJ~-Mlnor Oral--Malor Lard-Sal Palll-Slla SlnMII-Pakwa)> S1noet·Park....., S1-f>arl\wey S1r-.Park1V8)' S1reef.P'ar1<1v.w street-Paoovay S&reel-Pa,.;,,n Street-Pama Shel-Palllna Slnlat.Palrina S!reat.Palrina Straat-Pav1no S1n11Jt-Pavlna Walway-Sid.e\..,lk W-ewalk Slrllat·Pavlno Street-Pavlna Art·S'«ln W8'er-Oir1Tituicn W,._-Oistr1blJJ!on s..--cdleclon Walkw~idB'Wlllc Project MaBaser: G,opal Satw , PE <la966 -2007 0111.ul Capita) Project (Co-.ncll Dh1rkt 6) Put 3 GLENMONT DR. (WtStereck Dr. 1D Caloua Dr.)· GROUP A, DOI: 5919 WHARTON DR. (Wedeemont Cir. N. 1D Walton Ave.) -GROUP A. DOE 5919 WONDER DR. (Winfred Dr. to Walloo A,-e.)-GROUP A, DOE 5919 Pnmg -CONCRl!TI: CPMS Rl!CORD MATER.JAL Dl!SCIUPTION NUl\fflER BD-00504 Sllial Sll,I-Prqect Des1Qna1lon-rns1:a11 BID-00186 Cooaala Collar-Manhole -Install BI0.00100 ServlceCS Smrm Water Pakollon Pnwen1Jon Plan > Thal 1 Ac SW PPP -lnSlal BI0-00102 SarvlceCS lnlel -Remova BI0-00106 Coocrate lriel-lnlln&-10 Ft -Install BI0,00103 Concral9 lnleHllln&-20 F't -Install B10-000ll1 Concrata I Pma -21 Inch-CL II -11191811 810-00147 Sau r.,._r-Install 810-00181 SeNlcaCS Ttaffic Conlrol-"""8a 610-00402 SenolcaCS Dmiev,ay-Remove BID-00404 Concre18 D.liv"",ay~ Inch -lnstal 80-00407 Assemblv Uallbc»c -lnstaU; Remove, TerT'IIOrary, Real6UII BO«M11 SeM08CS Relainlng Wall -nstal Ba>-00414 SaNioaCS IJUlly A.dJLIS1mant-Rapar BD-00418 SeNic8CS Baaa-Remow BD-00424 ServlceCS C11rb & GIAb!r -RarKMI BID-00429 ~ Pavamam·Non Glean C4lmenl -11'1Slall 810.00471 As-It P91111ment -Tnnsilk»Min 8 ~cl> HMAC-lnslall B10-00472 SarvlceCS Pavem•nt-Unclaslllllad S4reel Excavallan -Remow B10.0D4a4 Lima S~cirac!a-6 Inch-line S1eblllDl<>-27 ll>5JS<tJare Yard-Inst.ell 8 10.00496 Lim• &mt11ada-Lane fer Sratillizallon-lnslall 810 ·00528 Concnrta Walk-lnatall BI0-00529 SBnllcaCS WaJk-RarttO't8 BI0 -005:30 Concrata Walk-4 Ft -IRltal 810 -~4 Concnrta Wa lk-ExPOl!ed AlXlragala -.,"'81 810-00843 CancnJta c..i,..7 Inch -lrataU 810-00000 S4nlcaCS Slan-Addrass on QriJ -nslaM 610-00847 ServicaCS Valve Box-Adjustment -Service. 8IO-OOll48 SerwoeCS Uefer Bax-Arlluslmeru -Sarvlais BID-ooe49 SeMceCS D.lar1 mant -Servii::es 80-01227 COJIOf• Wal. ADA WhBcllelr Ramp-nstal 6/':Z.9/1010 UNIT OF QUANTITY YOURIJNIT YOUR BID L\tEASURJt PRICE EIICh 2 $ 350.00 $ 700.00 Each 19 LIM1J)Slm 1 Each 7 Each 7 Each 1 LmearFoot 170 CWlcYard 1.oeo $ 15.00 s 16,JS0.00 Lur,.,sum 1 Squae Foat 12,931 SqµaraFoot 12.931 Ea<h 2 CUbic Ya rd 9 LumpSLm 1 s :,0,000.00 $ 30.000.00 Cu.blx:Vad 10 Linear Foot 5,814 SqJJae Yard 12,884 Ton 32 CIA>lcYard 3,768 SqUln Yard 13,718 Ton 185 Sq.Jara Foat 1.061 Sciuar•Foat 940 &iu-. Foat 114 S<Wae Foat 78 Un-Foat 6,680 Eacn 118 Eacf> 13 5 250.00 s 3.25().00 Eat:tl 64 I 35.00 $ 2,.240.00 Each 10 s 350.00 $ 3.5()0.00 Each 3 Tat.al Bid Thll Unit City of Fort Worth Project Unit/Section Date City Project # IYour Vendor Name Your Company Name Bid Items Sub Group Traffic-Sign Sewer-Collection Drainaoe-Minor DrainB!ie-Minor Dralnaoe-Minor Drainaoe-Minor Drainaoe-Maior Land-Grass Land-Soil Park-Stte Street-Parkway Street-Parkway Street-Parkway Street-Parkway Street-Parkway Street-Parkway Street-Pavino Street-Pavino Street-Paving Street-Pavino Street-Pavino Street-Pavino Street-Pavino Street-Pavino Walkwav-Sldewalk Street-Paving Street-Paving Art-Sign Water-Distribution Water-Distribution Sewer-Collection Project Manager: Gopal Sahu, PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Catoosa Dr.)-GROUP A, DOE 5919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.)-GROUP A, DOE 5919 WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A, DOE 5919 Paving -CONCRETE 966 CPMSRECORD MATERIAL DESCRIPTION NUMBER BID-00504 Steel Sign-Project Designation -Install BID-00196 Concrete Collar-Manhole -Install BID-00100 ServiceCS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install BID-00102 ServiceCS Inlet -Remove BID-00106 Concrete lnlet-lnline-10 Ft -Install BID-00108 Concrete lnlet-lnline-20 Ft -Install BID-00081 Concrete Pi""-21 Inch-CL Ill -Install BID-00137 Vegetation Grass-Sod -Install BID-00147 Soil Topsoil -Install BID-00181 ServiceCS Traffic Control -Install BID-00402 ServiceCS Driveway -Remove BID-00404 Concrete Driveway-6 Inch -Install BID-00407 Assembly Mailbox -Install; Remove, Temporary, Reinstall BID-00411 ServiceCS Retaining wan -Install BID-00412 Other Retaining Wall -Remove BID-00414 ServiceCS Utiltty Adjustment -Repair BID-00424 ServiceCS Curb & Gutter -Remove BID-00429 Concrete Pavement-Non Green Cement -Install BID-00445 AsnhAlt Pavement-2 Inch Min Over1av -Reolace BID-00472 ServiceCS Pavement-Unclassified Street Ex~vation -Remove BID-00484 Lime , Subgrade-6 Inch-Lime Stabilized-27 lbs/Square Yard -Install BID-00496 Lime S11hnrade-Ume for Stabilization -Install BID-00489 ServiceCS Pavement-Silicone Joint Sealant -Install BID-00527 Concrete Walk -Install BID-00530 Concrete Walk-4 Ft -Install BID-00534 Concrete Walk-Exposed Aggregate -Install BID-00843 Concrete Curt>-7 Inch -Install BID-00003 ServlceCS Slan-Address on Curb -Install BID-00847 ServlceCS Valve Box-Adjustment -Services BID-00848 ServiceCS Meter Box-Adjustment -Services BID-00849 ServlceCS Manhole-Adjustment -Services UNIT OF YOUR UNIT MEASURE QUANTITY PRICE YOUR BID Each 2 $ 350.00 $ 700 .00 Each 19 Lump Sum 1 Each 7 Each 7 Each 1 Foot 170 Square Yard 6 ,544 Cubic Yard 1,090 $ 15.00 $ 16,350.00 Lump Sum 1 Square Foot 12,931 Square Foot 12,931 Each 2 Cubic Yard 10 LF 163 Lump Sum 1 $ 30,000 .00 $ 30,000.00 Foot 5,707 Square Yard 13,031 Square Foot 753 Cubic Yard 3 ,781 Square Yard 13.495 Ton 182 LF 6,235 Square Foot 38 Square Foot 377 Square Foot 76 Foot 5,707 Each 118 Each 13 $ 250.00 $ 3,250.00 Each 23 $ 35 .00 $ 805.00 Each 10 $ 350 .00 $ 3.500.00 Total Bid This Unit City of Fort Worth Project Unit/Section Date Ci_ty Project# IYour Vendor Name Your Company Name Bid Items Sub Group 0 tlonal Bid Walkway-Sidewalk Project Manager: Gopal Sahu, PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A, DOE 5919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.)-GROUP A, DOE 5919 WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A, DOE 5919 Paving -CONCRETE 966 CPMSRECORD NUMBER BID-00530 MATERIAL DESCRIPTION Concrete Walk-4 Ft -Install UNIT OF MEASURE QUANTITY Square Foot 18,855 Total Optional Bid YOUR UNIT PRICE YOUR BID BID SUMMARY PROJECT SUB TOTALS UNIT I: WATER $122,002 .80 UNIT I: SEWER $221,108 .60 UNIT II : PAVING $643,489 .10 PROJECT BASE BID TOTAL ( UNIT I & II): $986,600 .50 OPTIONAL BID (SIDEWALK) $81 ,920 .00 PROJECT TOTAL BID (UNIT I, II & OPTIONAL BID) $1,068,520 .50 J u n. 3 0. 2-0 1 0 . 4 d 3 P.M No. 0 0.5 1 · P.. i 1/ 14 Within ten (10) days after notification by the City of Fort Worth , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful perfonnance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly widerstand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the tenns of City Ordinance No. 7278 as amended by City Ordinance No . 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within ~ays after beginning construction as set forth in the written work order to be furnished by the Owner. Z.Ll 0 c.,-~E...a t)fllll!L Pe1L AOOf M 0\4~ •, (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of ______ _ a. Nomesident 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. b. Nomesident bidders in the State of our principal place of business, are not required to widerbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas . - Company: S tA-Qll-f t \J,,..,., J ... t. I Address : City of Fort Worth Project {{nit/Section Date City Project# IYour Vendor Name Your Company Name Bid Items Sub Group Traffic-Sign Sewer-Collection Drainage-Minor Dralnaae-Minor Dralnaae-Mlnor Dralnaae-Mlnor Drainaae-Malor Land-Grass Land-Soil Park-Site Street-Parkway Street-Parkway Street-Parkway Street-Parkway Street-Parkway Street-Parkway Street-Pavlno Street-Pavlno Street-Pavlna Street-Pa vino Street-Pavlna Street-Pavino Street-Pavlno Walkwav-Sldewalk Walkwav-Sldewalk Street-Pavlno Street-Pavlno Art-Stan Water-Distribution Water-Distribution Sewer-Collection Walkway-Sidewalk Project Manager: Gopal Sahu , PE 00966 -2007 Crldcal Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.). GROUP A, DOE S919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.)-GROUP A, DOE S919 WONDER DR. (Winfred Dr. to Walton Ave.). GROUP A, DOE S919 Paving -CONCRETE 966 CPMSRECORD MATERIAL DESCRIPTION NUMBER BID-00504 Steel Sl~roject Designation -Install BID-00196 Concrete Collar-ManhOle -Install BID-00100 ServlceCS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install BID-00102 ServiceCS Inlet -Remove BID-00106 Concrete lnlet-lnllne-10 Ft -Install BID-00108 Concrete lnlet-lnllne-20 Ft -Install BID-00081 Concrete PinA-21 Inch-CL Ill -Install BID-00137 v-tation Grass-Sod -Install BID-00147 Soll Topsoil -Install BID-00181 ServlceCS Traffic Control -Install BID-00402 ServlceCS Driveway -Remove BID-00404 Concrete Driveway-o Inch -Install BID-00407 Assembly Mailbox -Install ; Remove, Temporary, Reinstall BID-00411 ServlceCS Retaining Wall -Install BID-00414 ServlceCS Utilltv Adlustrnent -Repair BI0-00418 ServlceCS Base-Remove BI0-00424 ServlceCS Curb & Gutter -Remove BID-00429 Concrete Pavement-Non Green Cement -Install BID-00445 AsnhAlt Pavement-2 Inch Min Overiav -ReDlace BI0-00472 ServlceCS Pavement-Unctasslfled Street Excavation -Remove BI0-00484 Lime Subanlde,o Inch-Lime Stabillzed-27 lbs/Square Yard -Install BID-00496 Lime Subanode-l.lme for Stabilization -Install BID-00528 Concrete Walk -Install BI0-00529 ServlceCS Walk -Remove BI0-00530 Concrete Walk-4 Ft -Install BID-00534 Concrete Walk-Exposed Aggregate -Install BI0-00843 Concrete Curt>-7 Inch -Install BI0-00003 ServlceCS Stan-Address on Curb -Install BID-00847 ServlceCS Valve Box-Adlustrnent -Services BID-00848 ServlceCS Meter Box-Adjustment -Services BI0-00849 ServlceCS ManhOle-Adlustrnent -Services BI0-01227 Concrete Walk ADA Wheelchair Ramp-Install UNIT OF QUANTITY YOUR UNIT YOUR BID MEASURE PRICE Each 2 $ 350 .00 $ 700 .00 Each 19 Lump Sum 1 Each 7 Each 7 Each 1 Foot 170 Square Yard 6,544 Cubic Yard 1,090 $ 15.00 $ 16,350 .00 Lump Sum 1 Square Foot 12,931 Square Foot 12,931 Each 2 Cubic Yard 9 Lump Sum 1 $ 30,000 .00 $ 30 ,000 .00 Cubic Yard 10 Foot 5 ,814 Square Yard 12,884 Souare Foot 753 Cubic Yard 3 ,768 SrnJAre Yard 13,718 Ton 185 Square Foot 1,051 Square Foot 940 Sooare Foot 114 Souare Foot 76 Foot 5,814 Each 118 Each 13 $ 250.00 $ 3,250.00 Each 12 $ 35 .00 $ 420.00 Each 10 $ 350.00 $ 3,500 .00 Each 3 Total Bid This Unit City 'of Fort Worth Project l"J nit/Section Date Qty Project# IYour Vendor Name Your Company Name Bid Items Sub Group 0 tional Bid Walkway-Sidewalk Walkway-Sidewalk I. Project Manager: Gopal Sahu , PE 00966 -2007 Critical Capital Project (Council District 6) Part 3 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A, DOE S919 WHARTON DR. (Wedgemont Cir. N. to Walton Ave.) -GROUP A, DOE S919 WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP A, DOE S919 Paving -CONCRETE 966 CPMSRECORD NUMBER BID-00530 810-01227 MATERIAL DESCRIPTION Concrete Walk-4 Ft -Install Concrete Walk ADA Wheelchai r Ramp-Install UNIT OF MEASURE S uare Foot Each QUANTITY 18,855 13 Total Optional Bid YOUR UNIT PRICE YOUR BID BID SCHEDULE For Project: 2007 Critical Capital Project -Council District 6-Part 3 UNIT I Water Project No. P264-541200-606170096683 UNIT I Sewer Project No. P-274-541200-706170096683 UNIT II TPW Project No. C295-541200-206400096683 City Project No. 00966 DOE 5921 . ' BID SCHEDULE NOTE ITEM 1. Bid-00213 Std 4 Ft Diam-(to 6 Ft Depth}-Install. This Item is for the construction of Manhole per Standard 4' Diameter Manhole per Detail SAN-003. This Item includes, 32" frame with Ductile Iron Lid and locking stainless steel inserts. 2. Bid-00215 Std 5 Ft Diam-(to 6 Ft Depth)-Install. This Item is for the construction of Manhole per Standard 5' Diameter Manhole. This Item includes a 32" frame with Ductile Iron Lid and locking stainless steel inserts. 3. Bid 00429 Pavement-Non Green Cement-Install. This item is for 7 Yi'' thick reinforce ed concrete pavement. 4. Bid-00414 Utility Adjustment-Repair. This Item includes, but is not limited to, the adjustement and repair of irrigation systems, irrigation meters and boxes, gravity drain from private property constructed of PVC, concrete and metal pipe, including french drains. 5. Bid-00528 Walk-Install. This Item includes, but is not limited to, the removal and Replacement of brick sidewalk. 6. Bid-00445 Pavement-2 Inch Overlay -Replace. This item includes asphalt for overla, and edge milling as required to match existing pavement. 7. Bid-00529 Walk-Remove, This item includes removal of sidewalk and adjacent retaining wall. 8. Bid-00418 Base Remove, This is for the removal of concrete placed over the trench of existing utility line. . ' VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders . This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas., BIDDER: S, At!,\ Le. ~ \J,~~ \t-lt~ Company Address S~c;1~r.=1w , Ix. +lPJ+f City/State/Zip By: :rt..Q..2 .. .''( \_\£.."-\D£..~~,o,J (Please print) Signature: ~$ ___ _ {7~ Title: V l c...E.. G'Z..E' s I 06,J I (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION LIST OF CAST IRON FITTINGS For Proj~ct: 2007 Critical Capita.I Project -Council Distr~ct 6-Part 3 ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING INSTALLATION. TYPE SIZE QTY WEIGHT TOTAL WT Tee 8"x8" 1 2.\QO 2\o-o Reducer 8"x2 1/4 " 1 &\ ~, Anchor Tee 8"x6" 3 '2.1.\ \ ""l-2. ~ Cleaning Wye 8" 2 10 S" \o\O M.J. Solid Sleeve 8" 1 \ '3, 5" \3S Tee 16"x8" 1 +OS °+OS" 45 Degree Bend 8" 4 lloO (oL,\ {) COST 45S oo 142 .oO I '2.l.lo .oo \\'.>\,&, 00 2~+.00 121.Ll.<:>O \\ Z.0,oO :ontractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for orrect quanity total of all fittings and specials. Addenda Number T\NO ADDENDA INDEX AND RECEIPT Date Receipt - - SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 PART C GENERAL CONDITIONS (WATER-SEWER) 5.2 SUPPLEMENTARY CONDITIONS TO PART C (WATER-SEWER) 5.3 PART D-SPECIAL CONDITIONS (WATER-SEWER) 5.4 PART DA-ADDITIONAL SPECIAL CONDITIONS (WATER-SEWER) 5.5 PART E SPECIFICATIONS 5.6 SPECIAL PROVISIONS (PAVING-DRAINAGE) 5.7 WAGE RATES 5.9 STANDARD DETAILS (WATER-SEWER) 5.10 STANDARD DETAILS (PAVING-DRAINAGE) < ' . :i PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS Cl-1 DEFINITIONS Cl-1(1) Cl-1.l Definition of Terms Cl-1 (1) C 1-1.2 Contract Documents Cl-1 (2) Cl-1.3 Notice to Bidders Cl-1 (2) '' Cl-1.4 Proposal Cl-1 (2) Cl-1.5 Bidder Cl-1 (2) C 1-1.6 General Conditions Cl-1 (2) Cl-1.7 . Special Conditions Cl-1 (2) Cl -1.8 Specification s C 1-1 (2) C 1-1.9 Bonds Cl-1 (2) Cl-1.10 Contract Cl-I (3) Cl-1.11 Plans Cl-1 (3) Cl-1.12 City Cl-1 (3) Cl-1.13 City Council Cl-I (3) Cl-1.14 Mayor C l -1 (3) Cl-1.15 City Manager Cl-1 (3) Cl-1.16 City Attorney Cl-1 (3) Cl-1.17 Director of Public Works Cl-1 (3) Cl -1.I8 Director, City Water Department Cl-1 (3) Cl-1.19 Engineer CI-1 (3) Cl-1.20 Contractor Cl-1 (3) Cl-1.21 Sureties Cl-I (4) Cl-1.22 The Work or Project Cl-1 (4) Cl-1.23 Working Day Cl-1 (4) Cl-1.24 Calendar Days Cl-1 (4) Cl-1.25 Legal Holidays Cl-1 (4) Cl-1.26 Abbreviations Cl-1 (4) Cl-1.27 Change Order Cl-1 (5) Cl-1.28 Paved Streets and Alleys Cl-1 (5) Cl-1.29 Unpaved Streets or Alleys Cl-l (6) Cl-1.30 City Street Cl-1 (6) Cl-1.31 Roadway Cl-1 (6) ,, Cl-1.32 Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l Proposal Form C2-2 (1) C2-2 .2 Interpretation of Quantities C2-2 (I) C2-2 .3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) (1) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 C,). C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2 .9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2. l l Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 .1 Consideration of Proposal s C3-3(1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (l) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (l) C3-3.4 Withdrawal of Proposals C3-3 (l) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.1 I Insurance C3-3 (4) C3-3 .12 Contractor 's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4. l Intent of Contract Documents C4-4 (1) C4-4 .2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer CS-5 (l) CS-5.2 Conformity with Plans CS-5 (1) CS-5.3 Coordination of Contract Documents C5-5 (1) CS-5.4 Cooperation of Contractor C5-5 (2) CS-5.5 Emergency and/or Rectification Work CS-5 (2) CS-5.6 Field Office CS-5 (3) CS-5.7 Construction Stakes CS-5 (3) (2) ,_ C5-5 .8 Authority and Duties of City In spector C5 -5 (3) ~ C5 -5 .9 In spection C5-5 _ (4) C5-5 .l0 Removal of Defective and Unauthorized Work C5 -5 (4) C5-5. l l Substitute Material s or Equipment C5 -5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Material s C5-5 (5) C5-5.14 Exi sting Structures and Utilities C5-5 (5) C5-5 .15 Interruption of Service C5-5 (6) C5-5.16 Mutual Respon s ibility of Contractors C5-5 (7) C5-5 .17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) 1; C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l Law s to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 ( 1) C6-6.3 Patented Devices , Material s, and Process es C6-6 (1) C6-6.4 Sanitary Provi sion s C6-6 (1 ) C6-6 .5 Public Safety and Convenience C6 -6 (2) C6-6 .6 Privileges f Contractor in Streets , Alleys , C6-6 (3) ... and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6 .9 Use of Explos ives , Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Respon sibility for Damage Claims C6 -6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) -C6-6 .15 Temporary Sewer and Drain Connections C6-6 (8) C6-6 .16 Arrangement and Charges for Water Furni shed by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6 .18 Contractor's Responsibility for the Work C6-6 (9) C6-6 .19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Person al Liability of Public Official s 'C6-6 (10) C6-6 .21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7 .l Subletting C7-7 (1) C7-7 .2 Ass ignment of Contract C7-7 (1) C7-7 .3 Pro secution of The Work C7-7 (1) C7-7.4 Limitation of Operation s C7 -7 (2) C7-7 .5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7 .7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3) ,, C7-7.9 Delays C7-7 (4) C7-7 .10 Time of Completion C7-7(:l-) C7-7 . l l Suspension by Court Order C7-7 (5) C7-7. l2 Temporary Suspension C7-7 (5) C7-7. l3 Termination of Contract due to National Emergency C7-7 (6) C7-7. l4 Suspension or Abandonment of the Work C7 -7 (6) and Annulment of the Contract: C7-7 .15 Fulfillment of Contract C7-7 (8) C7-7. l6 Termination for Convenience of the Owner C7-7 (8) C7-7. l 7 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (I) C8-8.2 Unit Prices C8 -8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8. l 1 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS C 1-1 DEFINITIONS SECTION Cl-I DEFINITIONS Cl-I.I 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: C 1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds , addenda, plans, etc ., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) Whjte White Canary Yell ow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) -" ... Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually p_ub_lished in public advertising mediums or furnished direct to interes ted parties pertaining to the work contemplated under the Contract Documents con s titute s the notice to bidders . C 1-1.4 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. C 1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. 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. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. 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 specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C 1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc ., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS : The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following : a. b. C. d . C2-2.6) Performance Bond (see paragraph C3-3 .7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3 .7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) C 1-1.10 CONTRACT: The Contract is a formal signed agreement between !he owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C 1-1.11 PLANS : The plan s are the drawings or reproduction s therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project , including s uch profiles , typical cross-sections , layout diagrams, working drawings, preliminary drawings and such supplemental drawing s as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 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. Res ponsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymou s. Cl-1.13 CITY COUNCIL: The dul y e lec ted and qualified governing body of the City of Fort Worth , Texas. Cl-1.14 MAYOR: The officially ele c ted Mayor, or in hi s ab sence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY : The officiall y appointed City Attorney of the City of Fort Worth , Texas, or hi s duly authorized repre sentative. Cl-1.17 DIRECTOR OF PUBLIC WORKS : The officially appointed official of the City of Fort Worth , Texas, referred to in the charter a s the City Engineer, or hi s duly authorized repre sentative. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas , or his duly authorized representative, as sistant , or agents. Cl-1.19 ENGINEER: The Director of Public Work s, the Director of the Fort Worth City Water Department, or their duly authorized as sistants, agents, engineers , inspectors, or superintendents , acting within the scope of the particular duties entrusted to them . Cl-1.20 CONTRACTOR: The person , person 's , partnership, company, firm , association , or corporation, entering into a contract with .the Owner for the execution of work, acting Cl-I (3) directly or through a duly authorized representative. A sub-contractor is a persqn, firm , corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C 1-1.22 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, material s , tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6 :00 p.m., with exceptions as permitted in paragraph C7-7.6 C 1-1.24 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 of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar as the holiday . Cl-1.26 ABBREVIATIONS : Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows : Cl-1 (4) I AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min . Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum· AWWA American Water Works R Radius Association I.D . Inside Diameter ASA American Standards Association O .D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd . Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) ... - .~ - Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roa9way or other surface is any area except those defined for "Paved Streets and Alleys ." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists . C 1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which ha s 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-1 (6) SECTION C -GENERAL CONDI)'IONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 . l PROPOSAL FORM: The Owner will furnish bidders with Proposal form , which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basi s for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency , and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten ( l 0) percent of the estimated project cost will be required. For an experience record to be con s idered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal form s or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 (1) -- C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will s upply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and . by such other means as may be necessary to gain a complete knowledge of the condition s which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required . Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy . between price written in words and the price written in numerals , the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership , the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal mu st be affixed. Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly cer_tified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids, erasures , or irregularities of any kind , or contain unbalanced value of any items . Propo sal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened . C2-2.6 BID SECURITY : No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security i s required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other di sposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bid s . C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the propo sal 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 propo sal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS : Proposal s actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposal s. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all propo sals not requested for non-consideration are opened and publicly read aloud, the propo sals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening · proposal s, provided such telegraphic communication i s received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) - C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly 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 repre sentative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for , unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interes ted in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3 . l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months . C3-3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) - C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withh9ld final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8 .10. c. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session, 1959, effective -April 27, 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company . Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution , or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bond s a s may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall ·be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee' s failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) - - suffer by reason of such failure on the part of the Awardee and shall t~ereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 .11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of hi s employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury , including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2 . Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation {if excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f . PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) - performance, payment, maintenance and all such other bonds are _ written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth . Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be ve s ted in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEE.KL Y PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rate s shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons, partnership, company, firm, association , corporation or other who is approved to do bu siness 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 hi s Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material , labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notificatio~ of the Contractor's assignment of local authority shall be µiade in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable , by the Contractor's responsib_le _offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration , whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) ,. . SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4. l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change _order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necess ary 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 neces s ary 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 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work . The fee shall be full and complete compensation to cover the cost of superintendence, overhead , other profit, general and all other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) - Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6.1 or later or approved by OWNER) Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) c. Understanding of construction work processes to the extent that a logi~al critical path method schedule can be developed , maintained , and progressed that accurately repre sents the scope of work performed . C4-4 .6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop , s ubmit and review the draft detailed ba seline con struction schedule with the OWNER to demon s trate the CONTRACTOR 's understanding of the contract requirements and approach for performing the work . The CONTRACTOR will prepare the final detailed ba seline construction schedule based on OWNER comments , if any. The CONTRACTOR 's first (1st) payment application will only be processed after the detailed baseline constru ction schedule ha s been s ubmitted by the CONTRACTOR and accepted by the OWNER . Th e following guideline s shall be adhered to in preparing the baseline con struction schedule . a . Milestone date s and final project completion dates shall be developed to conform to the time con straints, sequencing requirement s, and completion time. b . The construction progress shall be divided into activities with time duration s no greater than 20 work days. Fabrication , delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity . d . The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM . Float time is a shared and expiring re source and i s not for the exclu s ive use or benefit of the CONTRACTOR or OWNER. f. Thirty day s shall be used for submittal review unles s otherwi se specified. The construction schedule shall be divided into general act1Vlt1e s as indicated in the Schedule Guidance Document and each general activity shall be broken down into s ub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of thi s contract document by reference for all purpo ses, the same as if copies verbatim herein. For each general activity , the con struction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trade s or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement, construction , pre-acceptance activities, and C4-4 (4) '· events in their logical sequence for equipment and materials. Include applicable ~ctivities and milestones such as: 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3 . Preparation and transmittal of submittals 4 . Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10. Final inspection 11 . Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following , if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a . The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5) . ( C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in t~e opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progres s and to en s ure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: l . Adhere to all Tier 3 requirements, and additionally the following : 2 . Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements , and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) - PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation , mutual rights between Contractor and Owner under the se Contract Documents, supervision of the work , resumption of operations, and all other questions or disputes which may arise . Engineer will not be responsible for Contractor's means, methods, techniques , sequence or procedures of construction, or the safety precaution and programs incident thereto , and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and order s as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must , within a reasonable time , upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades , cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies , figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omis sion in the C5-5 (1) Contract Documents, and the owner shall be permitted to make such corr(?ctions or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way . The Contractor shall at all times have competent personnel available to the project site for proper performance of the work . The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and bis inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion · of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to coi:-rect the condition . In the event the Contractor does not take positive steps to fulfill this written request , or does not shoe just cause for not taking the proper action , within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25 %, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation , an adequate field office for use of the Engineer, if specifically called for . The field office shall be not less than 10 x 14 feet in floor area, substantially constructed , well heated , air conditioned , lighted , and weather proof, so that documents will not be damaged by the elements . C5-5 .7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines , grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents , and lines, grades and measurements will be e stablished by means of stakes or other cu stomary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully de stroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plu s 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 INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent Qr foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5.9 INSPECTION : The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work , remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTNE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and CS-5 (4) capable of performing the same function as that specified ; and identifying all v~riations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted material s or equipment. C5-5 .12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided . The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials , unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement , and mortar which are to be used later in the concrete . Should the source of supply change, new tests shall be made prior to the use of new materials . C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so a s to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES : The location and dimensions shown on the plans relative to the existing utilities are based on the best information available . Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities . The location of many gas mains, water mains, conduits , sewer lines and service lines for C5 -5 (5) 'i~. I, \ all utilities, etc., is unknown to the Owner, and the Owner assumes no respon~ibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary, in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say : CS-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood , your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible . Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate . C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If, through act or neglect on the part of the Contractor, or any other Contractor or any sub -contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to ha ve been s ustained , the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5 . l 7 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the pro secution of the work under the se Contract Documents shall be accomplished in keeping with a daily routine established to the sati sfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor th at the clean-up on the job site is proceeding in a manner un s atisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure , the City may take s uch 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 , plu s 25 % of such costs , shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by th es e 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 surplu s and di scarded material s, temporary structures, and debri s of every kind . He shall leave the site of all work in a neat and orderly condition equal to that which originally exi sted. Surplus and wa ste materi als removed from the site of the work shall be dispo sed of at location s sati sfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials in stalled by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compen sation will be made to the Contractor for any clean-up required on the project. C5-5 (7) ; . < C5-5. l 8 FINAL INSPECTIO~: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such in spection will be made within 10 days after such notification. After such final inspection , if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6 .2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance . All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area . The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations , at all driveway crossings . Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic , with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic , and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case , the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters , Traffic Engineer, and Police Department , when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service . Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings · shall include the roadway approaches as well as the structures of such crossings . C6-6(2) The Contractor shall at all times conduct his operation and use of con struction machinery so as not to damage or destroy tree s and scrubs located in close proximity to or on the site of the work . Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners , and no payment will be made by the Owner in settlement of such claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted . C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY : For the performance of the con.tract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools , materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and wa ste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property . If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars , etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense . C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be cro ssed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN : Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish , erect , and maintain such barricades, fences , lights , and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from , and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and }ceep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. lf it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. lf the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjaceryt to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested , the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS : Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation , company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set · cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-t?raced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6. l l INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to , and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss , and/or personal injurie s, including death, to any and all person of whatsoever kind or character, whether real or asserted , arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees , contractors , subcontractors, licensees or invitees of the Owner. Contractor likewi se covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries , loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. -In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection , final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved . If the claims concerned remains unsettled as of the expiration of the above 30-day period , the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made . At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work _has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required , the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6 .15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions . The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) ' . C6-6.I6 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expen se. The Contractor 's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1 .2 USE OF FIRE HYDRANTS AND VAL YES in these General Contract Documents. When meters are used to measure the water, the charges , if any , for water will be made at the regular established rates. When meters are not used , the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work . The Contractor shall rebuild, repair , restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6 .19 NO W AIYER OF LEGAL RIGHTS : Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time , or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6(9) . ' ,, C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wi se as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller 's Ruling .007 . Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS : C7-7 .1 SUBLETTING: The Contractor shall perform with hi s own organization , and with the assistance of workmen under his immediate superintendance, work of a value of not Jess than fifty (50 %) percent of the value embraced on the contract. If the Contractor s ublets any part of the work to be done under these Contract Documents , he will not under any circumstances be relieved of the responsibility and obligation ass umed under these Contract Documents . All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character _ and competency . The Owner will not recognize any subcontractor on the work. The Contractor shall at all times , when the work is in operation, be represented either m person or by a superintendent or other designated representatives. C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign , transfer , sublet, convey , or otherwise dispose of the contract or his right, title, or intere st therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy , voluntary or involuntary , or by assignment under the insolvency Jaw s of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the rea son that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies , if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) ' . . The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS : The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the E~gineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the . Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C l-1.23 "WORKING DAYS " or the date stipulated in the "WORK ORDER" for beginning work , whichever comes first. Nothing in the se Contract Documents shall be constru ed a s prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a s pecific Saturday, Sunday or Legal Holiday mu st be made to the Engineer no later that the preceding Thursday. b . Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in re s ponse to s uch a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1 .24 and the Contrac tor may work as he so des ire s. C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor s hall maintain a rate of progress s uch a s will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time e stablished in such documents and s uch e xten s ion of time as may be properly authorized . C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's reque st for an extension of time of completion shall be considered only when the reque s t for s uch extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay sh all occurred . Should an extension of the time of completion be requested s uch reques t will be forwarded to the City Council for approv al. In adju sting the contract time for completion of work , con sideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire , flood , tornadoe s , epidemic s, quarantine re striction s, strikes, embargoes , or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid , a request for ex_tension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery . If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council 'for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall , however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $ 1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11SUSPENSIONBYCOURTORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solutiQn to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determ.ined by the Engineer that construction may be resumed. Such reimbursement shall be ba sed on actual cost to the Contractor of moving the equipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the Un.ited States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts wh.ich have been made and listing all necessary items of labor, materials , and equipment not obtainable . If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and mak.ing available the necessary labor, materials, and equipment within th.irty days , the Contractor my request the owner to terminate the contract and the owner . may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be lirn.ited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of lirn.itation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c . Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d . Substantial evidence that the Contractor has abandoned the work . e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship , or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Subs tantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties . When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not , within the hereinabove specified time , exerci se thei~ right and option to ass ume the contract respon s ibilities, or that portion thereof which the Owner has ordered the Contractor to di scontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine , the work herein described or such work thereof as it may deem necess ary, and the Contractor here to agrees that the Owner shall have the right to take po ss e ss ion of and use any materi als, plants, tool s , equipment, s upplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, m aterial s , labor and property for the completion of the work , and to charge to the account of the Contractor of said contract expen se for labor, material s, tools , equipment, and all expen ses incidental thereto . The expen se so charged shall be deducted by the owner from s uch monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract , but the expense to be dedu cted shall be the actual cost of the owner of such work In case such expen ses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and hi s Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of thi s section, the Contractor shall continue the remainder of the work in conformity with the term s of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be con sidered a s having been fulfilled, save as provided in any bond or bond s or by law , when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed , the final inspection made by the Engineer, and th e fin al acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this s ection , whenever the Owner shall determine that s uch termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclu s ively presumed and establi shed when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclu sivel y pre sumed and establi shed that such termin ation is made with just cau se as therein stated ; and no proof in any C7-7(8) claim, demand or suit shall be required of the Owner regardi_ng _ such discretionary action B . CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct , for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later th,!n 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7. l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly,· and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) i _ 2 . any claim which the Owner may have agai_nst the Contractor in connection with this contract; and 3. the agreed price for , or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G . ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adju stment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein , however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. · H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES : The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth , the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents . The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work m an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections , or damage shall have been di sc overed on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance . The Owner shall be the sole judge of such defects , imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein . C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of each month , the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate , and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100 .00) inn amount, 90 % of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95 % of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85 % of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates ·Upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contracto.r of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8. l l SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8. l 2 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8 .13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) - SECTION Cl: SUPPLEMENTARY CONDITIONS TOP ART C -GENERAL CONDITIONS A. General B. 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. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 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_ par_agraph 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. C3-3.11 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 ot: 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, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewaL and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention 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 contnbute 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 H. I. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. CS-8.4 SCOPE OF PAYMENT: Delete CS-8.4, Scope of Payment at page CS-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the 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. C8-8 .10 GENERAL GUARANTY: Delete C8-8 .10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following : Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract 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. K. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. 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 l 7027, Fort Worth, Texas 76102 . C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City-Manager, and filed with him prior to the time set for the opening of proposals, After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further-consideration will be given to the proposal 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 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: CS-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 !J?oks, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions ofthis section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 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 fifteen cents for each page thereafter M . SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations . The contractor's attention is directed to paragraph C6-6 .10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 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 workperformed 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 th~ 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, ~intain 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 insp~ction. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 0-2 COORDINATION MEETING ................................................................................................ 6 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 6 0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 8 - D-5 CROSS I NG OF EXIST! NG UTILITIES ................................................................................. 8 0-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 9 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 9 0-8 TRAFFIC CONTROL ......................................................................................................... 10 0-9 DETOURS ......................................................................................................................... 11 0-10 EXAMINATION OF SITE ............................................................................................... 11 0-11 ZONING COMPLIANCE ................................................................................................. 11 0-12 WATER FOR CONSTRUCTION .................................................................................... 11 0-13 WASTE MATERfAL ....................................................................................................... 11 0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 11 D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES .............................. 12 0-16 Bl D QUANT IT I ES .......................................................................................................... 12 0-17 CUTTING OF CONCRETE ............................................................................................ 12 0-18 PROJECT DESIGNATION SIGN ................................................................................... 12 0-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 13 0-20 MISCELLANEOUS PLACEMENT OF MATERIAL .......................................................... 13 0-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 13 0-22 2:27 CONCRETE ........................................................................................................... 14 0-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 14 0-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 15 0-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 16 0-26 SANITARY SEWER MANHOLES .................................................................................. 17 0-27 SANITARY SEWER SERVICES .................................................................................... 20 0-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 21 0-29 DETECTABLE WARNING TAPES ................................................................................. 24 0-30 PIPE CLEANING ............................................................................................................ 24 0-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 24 0-32 MECHANICS AND MATERIALMEN 'S LI EN ................................................................... 24 0-33 SUBSTITUTIONS .......................................................................................................... 24 0-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ....... ~ ....... 25 0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 28 0-36 BYPASS PUMPING ....................................................................................................... 29 0-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 29 0-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 31 0-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 32 0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 33 0-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 33 0-42 SITE RESTORATION .................................................................................................... 33 0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 34 0-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 34 0-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 39 0-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. .40 0-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... .40 0-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .41 0-49 CLAY DAM ..................................................................................................................... 41 10/19/2009 SC-1 PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .41 D-51 INSTALLATION OF WATER FACILITIES ...................................................................... 41 51.1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .41 51.2 Blocking ....................................................................................................................... 42 51.3 Type of Casing Pipe ..................................................................................................... 42 51.4 Tie-lns .......................................................................................................................... 42 51.5 Connection of Existing Mains ....................................................................................... 42 51.6 Valve Cut-Ins ............................................................................................................... 43 51.7 Water Services ............................................................................................................ 43 51.8 2-lnch Temporary Service Line .................................................................................... 45 51.9 Purging and Sterilization of Water Lines ..................................................................... .46 51.10 Work Near Pressure Plane Boundaries ....................................................................... 46 51.11 Water Sample Station .................................................................................................. 47 51.12 Ductile Iron and Gray Iron Fittings ................................................................................ 47 D-52 SPRINKLING FOR DUST CONTROL ........................................................................... .48 D-53 DEWATERING .............................................................................................................. 48 D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .48 D-55 TREE PRUNING ............................................................................................................ 48 0-56 TREE REMOVAL ........................................................................................................... 49 0-57 TEST HOLES ................................................................................................................. 49 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ............................................................ : ............................................................ 50 D-59 TRAFFIC BUTTONS ...................................................................................................... 50 D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 51 D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 51 D-62 CONSTRUCTION STAKES ........................................................................................... 51 D-63 EASEMENTS AND PERMITS ........................................................................................ 51 0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 52 D-65 WAGE RATES .............................................................................................................. 52 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 54 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 54 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF . EXISTING WATER SYSTEMS ...................................................................................................... 56 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 57 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 57 0-71 AIR POLLUTION WATCH DAYS ....................................................................................... 58 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 58 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 Cond itions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General - Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: Project Name: 2007 Critical Capital Project Council District 6 -Part 3 City Project No. 00966 DOE No. 5921 GLENMONT DR. (Westcreek Dr. to Calousa Dr.) -GROUP A WHARTON DR. (Wedgemont Cir. N. to Walton Ave.)-GROUP B WONDER DR. (Winfred Dr. to Walton Ave.) -GROUP B TPW Project No. C295-541200-206400096683 Water Project No. P264-541200-606170096683 Sewer Project No. P-274-541200-706170096683 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 Eng ineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2 . Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all .of this project which becomes defective due to these causes. Subject to modifications as herein contained , the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, . are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative ; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all . Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. 10/19/2009 SC-3 PART D -SPECIAL CONDITIONS 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 Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these r 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 r contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received 10/19/2009 SC-4 PART D -SPECIAL CONDITIONS within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 10/19/2009 SC-5 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 10/19/2009 SC-6 -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 10/19/2009 SC-7 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-8 r - PART D -SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or · neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his 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 :tor 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, af his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. · · The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 10/19/2009 SC-9 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. 10/19/2009 SC-10 - PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project. area. D-10 . ExAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents ' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 10/19/2009 SC-11 PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case . 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured ·quantities.To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-18 PROJECT DESIGNATION SIGN 10/19/2009 SC-12 ' i_ PART D -SPECIAL CONDITIONS Project signs are required at all locations. · It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being - conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be co·mpletely 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 Depar:tment Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. 10/19/2009 SC-13 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. 0-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . 0-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 10/19/2009 SC-14 ! ]_ i PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 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 material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard. D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets , to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 10/19/2009 SC-15 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 repair after construction. This permit requirement mqy be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be s·pedfic >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-16 I~ ·- - 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. 10/19/2009 SC-17 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 ma·nhole 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-18 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 AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 10/19/2009 SC-19 PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as 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 10/19/2009 SC-20 I i- i l r - 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 residence.s .(to verify design elevations) shall be removed and replaced as necessary at the Contractorjs 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 submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling A.S.T .M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps . D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition . 10/19/2009 SC-21 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 Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault , the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position ahd 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 -22 I !- ' i .\_ - 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-23 PART D -SPECIAL CONDITIONS D-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. D-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 floodplairi. 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. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-33 SUBSTITUTIONS 10/19/2009 SC-24 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-25 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-26 PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other su itable 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 furn ished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected . The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal . C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 10/19/2009 SC-27 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: 10/19/2009 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-28 I 1-- r I I I I i- i 1_ I 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. Lighting for the camera shall be operative in 100% humidity conditions. The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the 10/19/2009 SC-29 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-30 PART D -SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 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 unit price for the item being tested. 10/19/2009 SC-31 PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 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-32 I 1- 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 with movement of migratory fish. C . MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. · Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City . To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 10/19/2009 SC-33 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 & HYDROM!,JlCHl~G -This item shall be performed in accordance with the · City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured _ from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 10/19/2009 SC-34 i ~ I i- i 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-35 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 . 10/19/2009 SC-36 [ I I I I i 1-. I ' ·-· PART D -SPECIAL CONDITIONS b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Sectio.n 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 qirected 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 a rea shall then be finished to line and grade as specified under "Finishing" in Section D-45 ; Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained . After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . 10/19/2009 SC-37 PART D -SPECIAL CONDITlONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 10/19/2009 SC-38 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 arid for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . 10/19/2009 SC-39 PART D -SPECIAL CONDITIONS D-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 "CS-5.18 Final Inspection " of PART C -GENERAL CONDITIONS. D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall , at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. · At designated locations shown on the drawings, the "short tunnel" method using Class 51 0.1. pipe shall be utilized . 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 10/19/2009 SC-40 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 D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole ). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 10/19/2009 SC-41 PARTD -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 E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. 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-42 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 CS-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 suet}-cut-ins must be coordinated with the engineer in charge of inspection . All consumers shalfbe individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 51. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4 -inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. 10/19/2009 SC-43 PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to-the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and [ fittings shall be included in the price bid for Service Taps to Main . _ 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for 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 requ ired 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-44 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-45 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. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 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-46 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 Ma in to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete craqle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete · blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payme.nts will be allowed. 10/19/2009 SC-47 PART D -SPECIAL CONDITIONS D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply . However, no direct payment will be made for this item and it shall be considered to this contract. D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "r = 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. Osing 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-48 I I .1 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 Jo construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-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. 10/19/2009 SC-49 PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on e.ach block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 10/19/2009 SC-50 I i - I I PART D -SPECIAL CONDITIONS 0-60 SANITARY SEWER SERVICE CLEAN OUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high . traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . 0-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of" replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 0-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 10/19/2009 SC-51 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 sh§lll 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 p·ayment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way''. No additional compensation shall be allowed on this pay item. D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are 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. 10/19/2009 SC-52 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 1n accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. · Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 10/19/2009 SC-53 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 10/19/2009 SC-54 - - PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can · be obtained through the Internet at www.dfwstormwater.com/runoff .html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can 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. 10/19/2009 SC-55 PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SW PPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SW PPP. Modifications may be required to fully conform to the requirements -of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SW PPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout-the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal 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-56 PART D -SPECIAL CONDITIONS D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)_ for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more ( example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified -mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and · directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 1011912009 SC-57 PART D -SPECIAL CONDITIONS D-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental 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 bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc ., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D-SPECIAL CONDITIONS 10/19/2009 SC-58 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-59 10/19/2009 PART D -SPECIAL CONDITIONS Dm: ___ _ DOEIIO.Dll Projec:C lluDe: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO . UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON-------- BETWEEN THE HOURS OF AND----~ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT _____________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) mis INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, -----------------'CONTRACTOR ·--·····-·--· ·---·-- SC-60 I i I ,~ -;; I c ,,.. ! u s e PART D -SPECIAL CONDITIONS ~ DEMOLITION/RENOVATION ~ NOTIFICATION FORM T D H NOTIFICATIONl,-,----,-,-----:------1) Abatement Contrsctor:, _________________ mH License Number.. _____ _ TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED Address : City. Slate: . Zfp: __ _ Offico Phone Number: ..___.__ ________ Job Site Phone Number.. ___________ _ Site &.lpervisor. TOH L.iQ;inse Number.------------- Sita Supe~r: TOH License Number. Trained On-Sile NESHAP lndi\lidual:, ____________ ~ ... C-e_rti ... lic;;.i-ti-on-0 ... a-kl-::=====-=--=-:::.:.:._- Demolition Contractor:. ____________ Ortlce Phone Number ...... ~,-------==------n .Adrke-ss:, ______________ City:. _________ Sta1e:. __ ___,Z-ip:. ___ _ I ¥ 2) Project Col'\$\.ll~l orOpe.rator. ______________ TOH license Numbet:. _____ _ Mailing .Address: _______ ,__--------=--,=:---:-c--,--,--....,..-------- D Clty:, ________ state:. __ __,Zip:. ____ Office Phon& Number: .. ··------- f ;,. 3) FacllityOwner.. ____________________________ _ 11 Attention:. ________________________________ _ P. Meiing Address:, ______ ~------=,,-------=----=,:-----:-,:---:---,-:-------- .~ City: State: Zip: Ovmer Phone Number.a..{_,_ ___ _ "Noto: Th• lnvolco for lh• notlfii:atlon fee will be sent to the owner af the bufldln,a and lhe bHllng address for the Invoice will be ~ obtained from the lnCOf'maliOn Chat Is ptOvided In lhE& section. El N e s H A f, <, ~ T a H 4) Description or FaCilityName:. ______________________ --=,__---- Phy&iccll Address:.--,-~....,...--------Counly.: Cify: _______ Z ip: ___ _ Facility Phone Number Fecility Contacl Person:. _____________ _ Description of Area/Room Number:. _________________________ _ PrforUse;, _____________ FuluteUS6:. _________________ ~ Age or &ildingJFacllity;. ____ Size:. _____ Number or Floors.: _____ School (K • 12}: o YES o· NO 5) Type of Work: O Demalitlan Work wiD be during: O Day o Renovation {Abatement) CJ Annual canaplidated o Evening o Night o Phased PrOject DescripClon of work schedule:. ___________________________ _ ~ 6) Js thls a Pubtrc BuHding? O YES D NO Federal Faclllty? DYES O NO Industrial Site? DYES D NO· 6 NESHAP-Only Facmty? 0 ve:s O NO Is Bt.llrding/Facllily Occupied? 0 YES O NO L 7) Noftfication Type CHECK ONLY ONE V O Orfglnal (10 Working Oay~) D cancellation I o Amendment o Emergency/Ordered 0 ( a ~ If lhis is an amendment. which ameod.rnent number Is this?_ (Enclose copy of orlglnal and/or last amendment) If en emergency, who did you talk with at TDH? Emergency#; _____ _ Date and tiour ar Ernatgency (HHIMMIDDIYY}:~__,--,--.....,..-- Description of Iha sudden, un~cted event end explanation al how the event caused unsafe conc:.frtions or Would ce41se 0 ,; equipment damage (computets. machinery, etc. _____________________ _ 1 D 8) Description of procedUieS to be followed In 1he event 1hat unexpected asbestas is round or previoU51y nor,-frisble X asbestos material becomes aumbled. pulverized. at rectuoed to powder.--------------- E s i G N "?' 9) W8G en A3bestos survey peif'Cfflled? D YES O NO Dale: / I TOH lnspedor Uoense No._· ----- Analytical Method: D PLM D TEM D Assumed TOH Laboratory Uoense No:,....,.. ___ _ (For TAHPA (public building) project!;;: en asi,umption mUlllt be made by a TOH Ucettsed lnspecklr) 10) Description of planned demalilion or renovation work, type of materiel, end method(s) to be tned . ._· ------ { 11) Desaiptian of Yi'Ork prc1dices and engineering controls to be used to prevent emissions of asbestos ,1 the t demo&fion'renovafon :, _________________ '------------ 10/19/2009 SC-61 PART D -SPECIAL CONDITIONS 12) ALL appUc:able llerns In lh8 ro11ow1ng table must be completed: IF NO ASBESTOS PRESENT CHECK HERE O Pipes Surface Area RACM to be removed RACM NOT removed Interior Ca I non-friable Nmoved EmtictCa I non-tlable NOT removed lnlerlorCa u non-friable removed extanor care U non.friable removed C II non.friable NOT removed RACM Off-Facllily Component 13) Waste Transporter Name: ________________ TOH U<,ense Number:----- Address: __________ C.ity:. _____ ___,,,..,... ....... Stale: _Zip: ___ _ Contact Persoll: Phone Number: ,.,__...._ ______ _ 14) Waste DiSposal Site Name=----------,,-------------------- Address:'---:---:-----....,..---~~-Ci.ty: ________ Sta1e: ___ Zip: __ _ Telephone: ( ) TNRCC Permit Nunber. ------- 1 S) For structuraUy unsound facilities, att.aeh a copy of demorman order and identify Govemmental Official below: Name: Registration No:------------Tille: ______________ _ Date of order (MMIDOJVY) / I Data order to begin (MM/00/YY) f I 16) Scheduled Oates of Asbescos Abatemen1 (MM/DO/VY) Start __ ..... 1 _ __,_1 __ Complete: _ _,_/ _ _,I._ 17) Scheduled Dates Demolition/Renovation {MU/00/VY) Siert: / / Complete:. _ _./ _ _,_/ ___ _ -Note: If lhe at.art data on Ills noliflcatlon c.n not i. m.t. the TOH lwgional or Local Progr.an office Afu&t be coataclad by phone prior to the &tart data. Fallure lo do so Is• vfotatlon lfl accOtdanco 10 TAHPA. Section 295.11. I hereby oertify that al Information I have provided Is cooect, complete. and true 1o the best of my knowledge. I eckno,.,,iedge that I em responsible for an aspects of the notifica1ion fonn, including, but not limiting, content and submission da1es. Th8 muimum penalty i5 $10.000 per day per violatlon. (Signature or Building Owned Operator or Delegated Consultanl/Conlradot) MA.IL TO: (Printed Name) (Date) ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH PO BOX 143538 AUSTIN, TX 78714-3538 PH: 512-834-6800, 1-800-572-5548 (Telephone) {Fax Number) Form APB#5, dated 07/29/02. ~plaet:$ TDH form dated 07113'01. For assisfanc;s in ~ling form. call 1·800-672•5548 10/19/2009 SC-62 I [ r r ' PART D -SPECIAL CONDITIONS -I~ t ;' I -, 7:1 l' I --~ ' I Ii,, 1-1 t ~ :-• • -, : ,-.-' , ' .__ __ -------------- 1 1:.-·_ 1r 111 1; It_~~ _1:...L· '-,1, JI 1 '.,·--------------__ ~ ~~ Ai8 Tool Operator Asr>h.altRaer IAsDh.alt Shoveler Asoh.alt Dis1rbdor Ooerator Auih.alt Palllna Machine - ~telling Pl.ant Weigher BRJom °' Swee ...... Buldaar Opera.tor r'.airnenter CRocanhl Concrete Finisher-Paving Concrete Finisher-structures Concrete Pavina Curbina M.ach. OD«. Concrete Pavino F1nishina Mach. an..r. Concrete Paving Joint Sealer Oper. Concrete Pavino Saw Oo&r. Concrele Paving Spreader Oper. Concrete R\bber Crane, Clamshel, Backhoe, Derrick. Draglile. Shovel Eledrician Flagger Fann Buikler-Structures Form Setler-Paving & Curbs Faundatian Drill•--~. Crawler Moun1ed Faundation Dnll , Truck Ltounted Front End loader laborer-Cammon laborer-Utifity Mechanic Miling Machine Operator, Fine Grade Mixer~lac Motor Grader Operalor (Fme Grade) Motor Grader ar-ator. Rouah Oiler Painter. Structures Pavemenl lhrfrinn Ltadvne o.....-. Ploalaver Roler, steel Wheel Plant-Mix Pavemenls Roler, ste-el Wheel Oller Flatwheel or Tamninn Roler Pneumafic. Self. -5cra ...... Reinforcina Slee Setter CPavina) Reinforcina Steel Setter lstructurel Sex.roe is AGC of Texas (Hwy. Hvy, utililies lndustrial lnnch) www.access.gpogov,'davis!>acon/ 10/19/2009 $10.06 $13.GII $8.80 $13.GII $12.78 $14.1!1 $1>.68 $13.22 $12.80 $12.85 $13.27 $12.00 $13.83 · $12.50 S13.5e $14.!iO $10.81 $14.12 $18.12 $8.43 $11.83 $11.83 $13.87 $16.30 $12.82 sg.1s $10.85 $16.97 $11.83 $11.58 $15.20 $14.50 $13.17 $10.04 $11 .04 $11.28 $10.Q2 $11.D7 $14.86 $16.29 SC-63 Wagon Dril. Boring Machine. Post Hole Driller Welder Wort Zone Barricade Servicer $11.42 $12.32 $12.33 $10.Q2 $12.60 $12.Q1 $12.03 $10.91 $11.47 $11.75 $14.Q3 $12.08 $14.00 $13.57 $10.09 - 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 LINER 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 10/23108 PART DA-ADDITIONAL SPECIAL CONDITIONS AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 4 PIPELINE REHABILITATION CURED-IN-PLACE omitted .................................. 4 PIPE ENLARGEMENT SYSTEM omitted .................................................................. 4 FOLD AND FORM PIPE omitted ................................................................................. 4 SLIPLINING omitted ...................................................................................................... 4 PIPE INSTALLED BY OTHER THAN OPEN CUT ................•................................. 4 TYPE OF CASING PIPE ............................................................................................... 7 SERVICE LINE POINT REP AIR/CLEANOUT REP AIR omitted ........................... 8 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........ 8 MANHOLE REHABILITATION omitted ................................................................. 10 SURFACE PREPARATION FOR MANHOLE REHABILITATION omitted ...... 10 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM .. 10 INTERIOR MANHOLE COATING -QUADEX SYSTEM ..................................... 13 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM ............................ 15 INTERIOR MANHOLE COATING -RA VEN LINING SYSTE~ ........................ 18 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY 21 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ........................... 23 RIGID FIBERGLASS MANHOLE LINERS omitted ............................................... 26 PVC LINED CONCRETE WALL RECONSTRUCTION omitted ......................... 26 PRESSURE GROUTING ............................................................................................. 26 VACUUM TESTING OF REHABILITATED MANHOES omitted ....................... 29 FIBERGLASS MANHOLES ........................................................................................ 29 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 33 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................... 34 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 35 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 35 GRADED CRUSHED STONES ................................................................................... 36 WEDGE MILLING2" TO 0" DEPTH5.0' WIDE .................................................... 36 BUTI JOINTS-MILLED ........................................................................................... 37 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 38 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................... 38 NEW 7" CONCRETE VALLEY GUTTER ... : ............................ ~-.............................. 39 NEW 4" ST AND ARD WHEELCHAIR RAMP ......................................................... 39 8" PAVEMENT PULVERIZATION omitted ............................................................. 40 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .............. 40 RAISED PAVEMENT MARKERS omitted ............................................................... 41 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. 41 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL 45 ROCK RIPRAP-GROUT-FILTER FABRICK omitted ..... , ... ~ ............................ 46 CONCRETE RIPRAP omitted .............................................. .-..................................... 46 - CONCRETE CYLINDER PIPE AND FITTINGS omitted ...................................... 46 CONCRETE PIPE FITTINGS AND SPECIALS omitted ........................................ 46 UNCLASSIFIED STREET EXCAVATION .............................................................. 47 6" PERFORATED PIPE SUBDRAIN omitted ........................................................... 47 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 47 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ......................................... 47 DA-47 PAVEMENT REPAIR IN PARKING AREA ............................................................ 47 DA-48 EASEMENTS AND PERMITS .................................................................................... 48 DA-49 IDGHWAY REQUIREMENTS ................................................................................... 48 DA-SO CONCRETE ENCASEMENT ...................................................................................... 48 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 48 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION omitted ........ 48 DA-53 OPEN FIRE LINE INST ALLA TIO NS omitted ......................................................... 48 DA-54 WATER SAMPLE STATION omitted ....................................................................... 49 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 49 DA-56 SHOP DRAWINGS ....................................................................................................... 49 DA-57 COST BREAKDOWN .................................................................................................. 50 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY omitted ........... 50 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP omitted .................................................. 50 DA-60 ASPHALT DRIVEWAY REP AIR omitted ................................................................ 50 DA-61 TOP SOIL ....................................................................................................................... 50 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 50 DA-63 BID QUANTITIES ......... : .............................................................................................. 50 DA-64 WORKINIDGHWAYRIGHTOFWAY ............ .' ................................ ; ................... 51 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 51 . DA-66 OPTION TO RENEW ................................................................................................... 51 DA-67 NON-EXCLUSIVE CONTRACT ................................................................................ 51 DA-68 CONCRETE VALLEY GUTTER ............................................................................... 51 DA-69 TRAFFIC BUTIONS omitted ..................................................................................... 52 DA-70 PAVEMENT STRIPING omitted .......... : ..................................................................... 52 DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 52 DA-72 SPECIFICATION REFERENCES .............................................................................. 52 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VAL VE AND .BOX ......................................................................... 52 DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 53 DA-75 EMERGENCY SITUATION, JOB MOVE-IN .......................................................... 53 DA-76 1 ~" & 2" COPPER SERVICES .................................................................................. 53 DA-77 SCOPE OF WORK (UTIL. CU1') ............................................................................... 53 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CU1') ................................................ 54 DA-79 CONTRACT TIME (UTIL. CU1') ............................................................................... 54 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CU1') ....................... 54 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) .......................................... 55 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .................................................................. 55 DA-83 PAVING REP AIR EDGES (UTIL. CU1') ................................................................... 55 DA-84 TRENCH BACKFILL (UTIL. CU1) .................................. : ........................................ 55 DA-85 -CLEAN-UP (UTIL. CU1) ............................. : ............................................................... 56 DA-86 PROPERTY ACCESS (UTIL. CU1) ........................................................................... 56 DA-87 SUBMISSION OF BIDS (UTIL. CUT) ....................................................................... 56 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ........................................ 56 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CU1) ................. 56 10/23108 ASC-2 - - - DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 DA-98 DA-99 CU'I) 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 DA-119 10/23108 PART DA-ADDITIONAL SPECIAL CONDITIONS 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ........................................................ 56 ADJUST WATER VAL VE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) 57 MAINTENANCE BOND (UTIL. CUT) ...................................................................... 57 BRICK PAVEMENT (UTIL. CUT) omitted .............................................................. 58 LIME STABILIZED SUBGRADE (UTIL. CUT) ...................................................... 58 CEMENT STABILIZED SUBGRADE (UTIL. CUT) omitted ........ ; ........................ 58 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............. : ................... 58 "QUICK-SET" CONCRETE (UTIL. CUI) ............................................................... 58 UTILITY ADJUSTMENT (UTIL. CUT) .................................................................... 59 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. 59 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ......................... 59 CONCRETE CURB AND GUTTER (UTIL. CUT) ............................................... 60 PAYMENT (UTIL. CUT) ................................................................... , ... , ............... :. 60 DEHOLES (MISC. EXT.) ......................................................................................... 61 CONSTRUCTION LIMITATIONS (MISC. EXT.) ............................................... 61 PRESSURE CLEANING AND TESTING (MISC. EXT.) .................................... 61 BID QUANTITIES (MISC. EXT.) ........................................................................... 62 LIFE OF CONTRACT (MISC. EXT.) .................................................................... 62 FLOW ~LE FILL (MISC. EXT.) ........................................................................... 62 BRICK PAVEMENT REP AIR (MISC. REPL.) omitted ...................................... 63 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................ 63 WORK ORDER COMPLETION TIME (MISC. REPL.) ..................................... 63 MOVE IN CHARGES (MISC. REPL.) ................................................................... 63 PROJECT SIGNS (MISC. REPL.) .......................................................................... 64 · LIQUIDATED DAMAGES (MISC. REPL.) .......................................................... 64 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ...................................... 64 FIELD OFFICE omitted ........................................................................................... 64 TRAFFIC CONTROL PLAN ................................................................................... 64 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 64 CATHODIC PROTECTION SYSTEM omitted .................................................... 65 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. · Constru<ttion 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 omitted DA-3 PIPE ENLARGEMENT SYSTEM omitted DA-4 FOLD AND FORM PIPE omitted DA-5 SLIPLINING omitted DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2 . All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 10/23108 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.1 O and the following: a. Field Strength: 35,000 psi minimum. ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS b . Wall thickness : 0.312 in. minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS 01 .1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4 . Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu . ft. of cement to 3 cu . ft . of fine sand with sufficient water added to provide a free flowing thick slurry. C . EXECUTION 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 perfonned in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facil ity, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b . The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen . The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole ASC-5 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as requ ired. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c . Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing : 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. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe ASC-6 - D. PART DA -ADDITIONAL SPECIAL CONDITIONS shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 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. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed . The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be A WW A C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of El-15, El-5 and El-9 in Material Specifications . of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : . 10/23108 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. lnstaltation shall be as recommended by the manufacturer. 2.SEWER: Boring used on this project shall be in accordance with the material standard El-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. DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR omitted 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: . 1. 10/23/08 Scope: This section governs the materials required for completion of protective coating of designated structures. ASC-8 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 0-638 ASTM 0-790 ASTM 0-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling : Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION : 10/23108 1. General : Protective coating shall not be installed until the structure is complete and in place. 2 . Preliminary Repairs : 3. 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. Protective Coating: ASC-9 D. PART DA -ADDITIONAL SPECIAL CONDITIONS a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. 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 omitted DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION omitted DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A. GENERAL 1or231oa ASC-10 - PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Scope -This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. 2. Description -The Contractor shall be responsible for the -furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract _Documents. 3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes -Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope -This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating -Refiner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. 3. Material Identification -Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling -Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 1. 10/23108 General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. ASC-11 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. b. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded ASC-12 - PART DA -ADDITIONAL SPECIAL CONDITIONS on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10/23108 1. Scope This section governs the materials required for completion of interior coating of manholes. ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Interior Coating Quadex QM-1s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1 s or Quad ex Excel without prior approval or recommendation from Quadex, Inc. 3. . Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION 10/23108 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. b . The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. ASC-14 - PART DA-ADDITIONAL SPECIAL CONDITIONS 1 ) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1s material shall be spray applied (using a Quadex Model 9000 application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum . Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 10/23108 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed on the ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2 . Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3 . Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4 . Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Refiner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10/23108 1. Scope This section governs the materials required for completion of interior coating of manholes. · 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Refiner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Standard ASTM D-638 ASTM D-790 ASC-16 Long Term Value 5,000 psi 10,000 psi PART DA -ADDITIONAL SPECIAL CONDITIONS Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C . EXECUTION 10/23108 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . 3. Interior Manhole Coating a . The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. Place covers over the invert to prevent extraneous material from entering the sewers. Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or Reliner MSP). 1. Testing of Rehabilitated Manholes a . Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing .the work and .for furnishing all labor, supervision, materials, equipment and material testing required · to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals,· bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A GENERAL 10123/08 1. Scope This · section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2 . Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations 4. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. Manholes ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half {1/2) specialty cement-based coating material {Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed~ only by· certified applicators approved by the manufacturers~· ··• C. EXECUTION 10/23/08 1. . General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. ASC-19 10/23108 PART DA-ADDITIONAL SPECIAL CONDITIONS 2 . Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the · bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4 . Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. ASC-20 - PART DA -ADDITIONAL SPECIAL CONDITIONS b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MATERIALS 10/23108 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging . 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. . 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of % inch . Liner Mixes shall attain strengths as follows : Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 ~-,.:. .. ··.. ·;, 24 HOURS';..." c:l-• 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. ASC-21 PART DA-ADDITIONAL SPECIAL CONDITIONS All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying. 4. Testing & Verification Testing of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21. The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 10/23108 1. Preparation & Procedure 2 The liner shall be applied to the prepared interior as specified in proceeding sections at Y:z inch thickness. Protective Coating ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM 0-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application __ procedure,. each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinker & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested. E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. 2. 10/23108 Scope. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-14, DA-15 or DA-16. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Manufacturers Recommendations. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations . 4. Manholes. Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B . MATERIALS 1. Scope. This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating . Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. 3. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of groutjng materials based on chemical and physical properties, ease of application, and expected perfonnance, to the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perfonn the coating operations. C . EXECUTION: 10123/08 1. General. Manhole coating shall not be perfonned until replacement of manhole covers, sealing of manhole frame and grade adjustments, · partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs a) b) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- ASC-24 10123/08 PART DA-ADDITIONAL SPECIAL CONDITIONS setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed, remove all loose material. 3. Temperature. Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating 5 . a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). (2) Place covers over invert ta prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1 • minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. Testing of Rehabilitated Manholes ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b) At least four ( 4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seat Systems, Pine Bluff, AR. for testing. A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shalt be based on the Contract Unit Price per each manhole coated . The Contract Unit Price shall be payment in full for performing the work and for furnishing alt labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active teaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and tower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS omitted DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION omitted DA-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 alt 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. MA TE RIALS 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 ASC-26 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS 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: a. b. 1} Documented service of satisfactory performance in similar usage. 2) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. 3) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially non-toxic in a cured form. 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 reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. 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 . ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. 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, acting as a filler, providing strength or for inhibition of root growth . 2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3. Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling: Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. C. EXECUTION 10/23108 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: 3. 4 . 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. Temperature.:. Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 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. ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Drilling and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c . Grouting from the ground surface shall not be allowed. d . Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6 . Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. 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 perfonning 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 MANHOES omitted DA-22 FIBERGLASS MANHOLES A. DESCRIPTION: 10/23108 This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings . Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications of ASTM D-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS Texas, or approved equal. All manholes shall be "heavywall", % inch minimum wall thickness . B. GENERAL: 10/23108 1. Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2. Reinforcing Materials: The reinforcing materials shall be commercial Grade "E· type glass in the form of continuous roving, and chop roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. 3. 4. 5. 6 . 7 . 8. Interior Surfacing Material: The inner surface exposed to the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner surf ace layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in. (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 oz/ft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in . (2.5 mm) Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process . which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. Stubouts and Connections: Stubouts shall be installed at locations shown on the drawings. Installation of SDR 35 PVC sewer pipe shall be performed by sanding, priming, and using resin fiber-reinforced hand layup. The resin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor- N-Seal boots for each pipe connection shall be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom shall have a minimum of three 1% in. deep x 3~ in. wide stiffening ribs completely enclosed with resin fiber-reinforcement and have a minimum 3 in . anti-flotation ring as shown on the drawings. Manhole bottom shall be a minimum of 5/16 in. thick. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification. C. MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop and continuous filament wound · process. 1. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole. D. REQUIREMENTS: 1. 2. 3. 4. 5. 6. 10/23108 Exterior Surface: The exterior surface shall be smooth with no sharp projections. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters larger than 0.5-inch diameter and wrinkles of 0.125-inch or greater in depth: Surface pits shall be permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0.0625-inch thick. Repairs: All manhole repairs by the manufacturer shall result in a product which meets all requirements of this specification. Field repair of manholes will not be allowed. Diameter Tolerance: Tolerance of inside diameter shall be +/-1% of required manhole diameter. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with ASTM D-3753 8.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other _ damage when load tested to 40,000 lbf. and shall not deflect vertically downward more than 0.25-inc at the point of the load application when loaded to 24,000 lb. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with ASTM D-3753 8.5 (note 1 ). ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS HEIGHT-FT. 3-6.5 7 -12 .5 F/AY -PSI 0.75 1.26 7. Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample. Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6. 8. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with the wastewater collection system. E. PHYSICAL PROPERTIES: 1. Tensile Strength (psi) 2. Tensile Modules (psi) 3. Flexural Strength (psi) 4. Flexural Modules (psi) 5. Compressive {psi) F. QUALITY CONTROL: Hoop Direction 18,000 0.6 X 106 26,000 1.4 X 106 18,000 Axial Direction 5,000 0.7 X 106 4,500 0.7 X 106 10,000 Each completed manhole shall be examined for dimensional requirements, hardness, and workmanship. All required · ASTM D-3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. G. As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and irtspected in accordance with the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING: The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a 4• x 4• x 30" timber into the top of manhole with cable attached or by a sling or "choker" connection around center of manhole, lift as required . Use of chains or cables in contact with the manhole surface is prohibited. I. CONCRETE: 1or2310a ASC-32 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Fiberglass Bottom: Class F Concrete shall be used to form bench area and invert. Class E Concrete shall be used on top of anti-flotation ring and around the reduce section as required for buoyancy and as shown on the drawings. 2. Concrete Bottom: Lower manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flow line, then move manhole to plumb. The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines. On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings. J. BACKFILL: 1. Back.fill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. 2. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information: · 1. Manufacturer's name or trademark 2. Manufacturer's factory location 3. Manufacturer's serial number 4. Total height 5. Complies with ASTM 0-3753 L. MEASUREMENT AND PAYMENT: 1. The price bid for new/ replacement manhole installations shall include all labor, equipment and materials necessary for construction of the manhole including but not limited to joint sealing, lift hole sealing and exterior surface coating, concrete base, concrete invert, connections to sewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work. Payment shall not include pavement replacement, which if required, shall be paid separately. 2. Payment for concrete collars and watertight manhole inserts, if required, will be made separately, based on the appropriate bid items. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES 10/23108 ASC-33 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day 1012310a ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 ~Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification 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-SS 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. 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 Qty of Fort Worth, made in preparation to accept the recycling process. 10/23108 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 ttie contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. B. Equipment 10/23108 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 ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS 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, 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. ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 required work. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, 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 , See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, _ "Removing Old Concrete", Item No. 1D6, "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 substitut~ 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". 10/23108 ASC-38 • '· L PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ~Y. 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. 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. 10/23108 ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Umit 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 omitted DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: The reinforced concrete shall be brought to a uniform sµrface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented 10/23108 ASC-40 - - PART DA-ADDITIONAL SPECIAL CONDITIONS compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required . 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications . 7. Place and finish concrete . 8 . Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS omitted 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 ASC-41 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. SUBMITIALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) 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 ASC-42 - - PART DA -ADDITIONAL SPECIAL CONDITIONS materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 10123/08 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector {PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested sail sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. ASC-43 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 endosure 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 perfonned 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 confonn to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soi.ls 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 contaminat®. 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 GAG canisters. Contractor shall have his testing laboratory ASC-44 - - - - - PART DA-ADDITIONAL SPECIAL CONDITIONS determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system . It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system . e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction , measures should be taken to maintain LEL levels below 20 percent in all working areas . b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented . 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 10/23108 ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 infonnation. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws . The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days · of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP -GROUT -FILTER FABRICK omitted DA-40 CONCRETE RIPRAP omitted DA-41 CONCRETE CYLINDER PIPE AND FITTINGS omitted DA-42 CONCRETE PIPE FITTINGS AND SPECIALS omitted 10/23108 ASC-46 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN omitted DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing 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. "AN Street 2. "B" Street 3. "C" Street 4. "D" Street 5. "E" Street After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All 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, 10/23/08 ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before , construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional 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 COIICRETE ENCASEMENT ,·:-.;:t ./'-. . . Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included · in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION omitted DA-53 OPEN FIRE LINE INSTALLATIONS omitted 10123/08 ASC-48 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-54 WATER SAMPLE STATION omitted DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three 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 10/23108 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY omitted DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP omitted DA-60 ASPHALT DRIVEWAY REPAIR omitted 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. 10/23108 ASC-50 -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 -The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. -DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. 10/23/08 ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-69 TRAFFIC BUTTONS omitted DA-70 PAVEMENT STRIPING omitted DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type •an 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 ·o· 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 ·s• 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 ·s· 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 th~ latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed_ for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such 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). 10/23/08 ASC-52 liiiiil PART DA -ADDITIONAL SPECIAL CONDITIONS DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service lines and Copper Alloy Couplings: All fittings used for 1 Yz" 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 Yz " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT} The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work . 10/23108 ASC-53 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. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation. The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Water Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. · DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) 10123/08 ASC-54 - PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S.Y. of permanent pavement repair each week . DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started . A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages . The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for each repair cut not completed within twenty-one (21) ca lendar days and liquidated damages shall end on day that repairs are completed . Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or-washed crushed stone or washed crushed gravel and ~hall meet the following gradation and abrasion : Sieve Size 1 10123/08 % Retained 0-10 ASC-55 3/8" #4" #8 PART DA -ADDITIONAL SPECIAL CONDITIONS 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 {8) Section CS-5.17 Clean-Up of Part C General Conditions. DA-86 PROPERTY ACCESS {UTIL. CUT) Access to adjacent . property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair. The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be rejected by the Water Department. DA-88 STANDARD BASE REPAIR FOR UNIT I {UTIL. CUT) Regardless of the existing pavement type, base repair for Unit I shall be either min. 8" concrete base (see D-23, 2:27 Concrete Base) or min. 5• reinforced concrete base {see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) When concrete base is required for repairs > 200 square feet in area, the base repair shall be either min. 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-90 2" TO 9" H.M.A.C. PAVEMENT {UTIL. CUT) These items will include the furnishing and placing of H.M.A.C. surface course as directed by the Engineer. 10/23108 ASC-56 - PART DA -ADDITIONAL SPECIAL CONDITIONS For Specifications governing Type "D" H.M .A.C. see the 1982 Texas State Department of Highways and Public Transportation, Spec. Item No. 340 "Hot Mix Asphaltic Concrete Pavement". H.M.A.C. is also covered under Spec. Item No. 312 in the Standard Specifications for Construction, City of Fort Worth. Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic material, gravel and excavation as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area. 3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock. 4. Place H.M.A.C. surface mix in lifts not to exceed three (3) inches. Last or top lift shall not _ be less than two (2) inches in thickness. 5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 250 F (121 C) to ensure a good compaction. Top lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints. 7. Clean up surrounding area. Do not leave. excess fill or excavated material on the pavement. 8. Remove safety signs, barricade and/or warning devices after job is complete. Payment shall be made at the unit price per S.Y. as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new pavement grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. DA-92 MAINTENANCE BOND (UTIL. CUT) 10/23108 ASC-57 PART DA -ADDITIONAL SPECIAL CONDITIONS A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT (UTIL. CUT) omitted DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch depth. Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material, and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary to the bid price for lime stabilization. DA-95 CEMENT STABILIZED SUBGRADE (UTIL. cun omitted DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. cun This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair. The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused. Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate drawings. DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, 10/23108 ASC-58 PART DA -ADDITIONAL SPECIAL CONDITIONS "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber. to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply. · · The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer. All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimensions approved by the Engineer, meeting the aforementioned specification if needed. The sample, upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construction. Surface coloring shall be subsidiary to the unit price for this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be 5'x 5'. 10123/08 ASC-59 PART DA-ADDITIONAL SPECIAL CONDITIONS 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the replacement shall be extended to that joint. 3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel and a joint does not exist. All new joints (construction or dummy) shall be parallel with existing joints. 4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel. The detennination shall be made by the inspector on a case by case basis in order to assure uniform joint spacing. Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item. DA-101 CONCRETE CURB AND GUTTER {UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M.A.C. paved streets. Specification item no. 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore. If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and · all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. 10/23108 ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials -------- DA-103 DEHOLES (MISC. EXT .) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch . The location and dimensions shown on the plans relative to other existing utilities are based on the best information available . Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item . DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing . DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) · Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be . thoroughly flushed with clean water. Risers shall be installed , as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensii:ms of the project shall be tested under nonnal line pressure and any leaks observed shall be immediately repaired . 10/23108 ASC-61 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at-the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price. DA-108 FLOWABLE FILL (MISC. EXT.) 1,. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. 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 10/23108 .1. Mineral admixtures will be pozzolanic 2. · Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 For G. d . Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) omitted DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to provide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven (7} working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore . DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C -General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C -General Conditions C7-7 .10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up} + 10 days = Number of Calendar Days · allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) 101231oa ASC-63 PART DA -ADDITIONAL SPECIAL CONDITIONS A Work Order may contain one or more locations. One move-in fee will paid to the contractor per Work Order issued . Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30} calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work · Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contrac~ the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S . Department of Labor, Occupational · Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE omitted DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in 10/23108 ASC-64 PART DA -ADDITIONAL SPECIAL CONDITIONS lieu of installation of a plug. Contractor will be paid for uconnectionn to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 CATHODIC PROTECTION SYSTEM omitted 10123/08 ASC-65 SECITON E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT .:,··-.· ... . : . . :) .. . . . . ~ All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El 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 (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2 . l 1 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). SPECIAL TECHNICAL SPECIFICATION STS-002 UNDERCUTIING EXCAVATION AND BACKFILL 1.00 GENERAL This Special Technical Specification (STS) covers the requirements for undercutting excavation and backfill for unstable subgrades areas for City Streets . This specification does not cover general earth fill which is covered in STS-003 . The design engineer may refer to th is specification directly in the contract documents and may provide additional related specifications as required . 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to perform undercutting excavation and backfill of unstable or unsuitable areas of the subgrade . Perform proof rolling of the subgrade to identify unstable or unsuitable areas as required in STS-003 EARTHWORK. 1.02 QUALITY STANDARDS Unless specifically required otherwise in this guide specification, provide all earth fill materials and perform all work as required in STS-003 EARTHWORK. 2.00 PRODUCTS 2.01 MATERIALS Earth fill for backfilling of undercutting excavations shall be of the same classification (ASTM D 2487) as the surrounding subgrade soils, or shall be non-expansive earth fill when requested by the Engineer. The earth fill shall be provided by the Contractor from offsite sources as required . Non-contamination testing and certification of all offsite borrow materials shall be provided by the Contractor as required in STS-003 EARTHWORK. 3.00 EXECUTION 3.01 UNDERCUTIING EXCAVATION Undercutting Excavation shall consist of excavation and removal of soft or otherwise unsuitable soil from the subgrade areas, to the limits approved by the Engineer. The sides of undercutting excavation shall be no steeper that 1 horizontal to 1 vertical (1H :1V) to accommodate bonding of the undercutting backfill as described below. The base of the STS-002-1 undercutting excavation shall be at a relatively uniform depth that will accommodate placement of the undercutting backfill in essentially uniform lifts . The Contractor shall be required to coord inate with the City and all appropriate utility companies in advance to locate any utilities that might be impacted by the undercutting excavation operations. The spoil material from the undercutting excavation shall be properly disposed of offsite by the Contractor, unless requested otherwise by the Engineer. 3.02 UNDERCUTTING BACKFILL Undercutting Backfill shall be placed , processed, and compacted in lifts as required for earth fill in STS-003 EARTHWORK. 4.0 MEASUREMENT AND PAYMENT Undercutting Excavation and Backfill shall be paid at the unit price bid per cubic yard , based upon measurement of the approved excavation limits using the "average end area " method of volume calculation . The unit price per cub ic yard for "Undercutting Excavation and Backfill " shall be full compensation for performing all work and providing all materials and equipment necessary for excavation , backfill (including importing approved material from off site if required), removal and proper disposal of excavation spoil , and all incidental items. The limits of Undercutting Excavation and Backfill shall be approved in advance by the Engineer. Any Undercutting Excavation and Backfill performed by the CONTRACTOR without prior approval of the Engineer, and/or any Undercutting Excavation and Backfill outside the approved limits shall not be a pay item . END OF SECTION STS -002-2 SPECIAL TECHNICAL SPECIFICATION STS-003 EARTHWORK 1.00 GENERAL This Special Technical Specification (STS) covers the requirements for general earthwork for City Streets including excavation , compacted earth fill, flowable fill, and trench backfill. The design engineer may refer to this specification directly in the contract documents and may provide additional related specifications as required. The term "embankment" as used in this section refers to any compacted earth fill required for embankment fill and general site grading fill required to properly construct the roadway and related facilities. 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to perform all earthwork as specified in this specification and shown on the construction drawings. 1.02 QUALITY STANDARDS Unless specifically stated otherwise all references to soil classifications in this specification shall be understood to be in accordance with ASTM D 2487 -Classification of Soils for Engineering Purposes. The following ASTM standards may be referred to in this specification by alpha numeric designation only. ASTM D-698 Moisture-Density Relationship of Soils and Soil Aggregate Mixtures , Using 5.5-lb . Rammer and 12-lnch Drop ASTM D-1556 Density of Soil In-Place by the Sand Cone Method ASTM D-2922 Density of Soil and Soil Aggregate In-Place by Nuclear Methods ASTM D-3017 Moisture Content of Soil and Soil-Aggregate In-Place by Nuclear Methods ASTM D-4253 Test Methods for Maximum Index Density of Soils Using a Vibratory Table ASTM D-4254 Test Methods for Minimum Index Density of Soils and Calculation of Relative Density STS-003-1 ASTM D-2487 Classification of Soils for Engineering Purposes. Other quality standards for each specific project as requested by the Engineer or determined necessary by the design engineer. 2.00 PRODUCTS 2 .01 MATERIALS The fill materials shall consist of the various earth fill, flowable fill , and aggregate fill materials as specified herein or in other referenced specifications. The earth fill shall be provided by the Contractor from offsite sources as required . Any suitable materials from required excavations at the site that meet specifications for any of the earth fill materials may be used unless specifically stated otherwise elsewhere in the contract documents. Flowable fill and aggregate fill materials shall be provided by the Contractor from approved off-site sources. 2.02 EARTH FILL AND FLOWABLE FILL MATERIALS The following information defines the requirements for the various earth fill and flowable fill materials. Aggregate fill materials are described in other Special Technical Specifications . It shall be noted that not necessarily all earth fill materials listed below may be required for any specific project. A. NON-EXPANSIVE EARTH FILL Non-expansive earth fill shall consist of soil materials with a liqu id limit of 35 or less, a plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When· compacted to the specified moisture and density, the material shall have a maximum free swell value of 0.5 percent under a maximum seating pressure of 2 psi , and shall have a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill . The project geotechnical engineer shall approve the testing parameters. B . LOW-PERMEABILITY EARTH FILL STS-003-2 Low-permeability earth fill shall consist of soil materials classified as CH or CL in accordance with ASTM D 2487. The materials also shall have a minimum liquid limit of ~5 . a minimum plasticity index of 18 , a minimum of 85 percent passing the No . 4 sieve, and shall be free of organics or other deleterious materials. The material shall have a Percent Dispersion of less than 20 when tested in accordance with ASTM D 4221, STANDARD TEST METHOD FOR DISPERSIVE CHARACTERISTICS OF CLAY SOIL BY DOUBLE HYDROMETER. When compacted to the specified moisture and density, the material shall have a maximum hydraulic conductivity of 1 E-07 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the low-permeability fill. C. GENERAL EARTH FILL General earth fill may consist of any soil materials which have a minimum plasticity index of 8 , a minimum of 20 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve , and which are free of organics or other deleterious material. D. COMMON EARTH FILL Common earth fill may consist of any soil materials which have a minimum of 85 percent passing the No. 4 sieve and which are free of organics or other deleterious materials. E. FLOWABLE FILL Flowable fill shall consist of a low-cement content ready-mix material with high flow properties . The mix shall consist of approximately one part Portland cement to three parts fly ash by weight with sufficient amounts of aggregate, high air generator or foaming agent, and water to produce a 28--day compressive strength in the range of 25 to 200 psi. The flowable fill shall have a maximum hydraulic conductivity of 1 E-05 cm/sec after curing for 7 days. The material shall have an initial set time (walkable surface) of 24 hours or less. The flowable fill shall provide full support to pipelines, adjacent earth walls, structures , or other such facilities, after initial set, but shall be of a low enough compressive strength after reaching final strength to allow Mure excavation with ordinary small power excavation equipment. The contractor shall be required to submit an appropriate mix design along with laboratory test results on the flowable fill prior to beginning work on this item . F. COMPLIANCE TESTING STS-003-3 Representative samples of the actual fill materials proposed for use in the various fill zones shall be initially tested for compliance with the specifications by a qualified geotechnical engineering firm retained by the Contractor, prior to use of the materials as fill. The results of these tests shall be submitted to the City or the City's representative for review and approval. The City or the project geotechnical engineer shall continue the testing program through construction as a means to verify that the fill materials being placed continue to meet the specification requirements. 2.03 EARTH FILL ZONES Table STS-003 .2 at the end of this specification section contains requirements for the various earth fill zones . Other specific requirements for earth fill materials , and for aggregate fill materials are also presented in other Special Technical Specification sections. 2 .04 ACCEPTANCE OF IMPORTED FILL Any soil imported from off-site sources shall be tested for compliance with the . specification requirements for the particular application as described in paragraph 2.02 F of this specification, and shall be approved by the project geotechnical engineer prior to the materials being used . The City shall also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never b'een contamination of the borrow source site with hazardous or toxic materials. The certification shall be furnished to the owner prior to proceeding to furnish soils to the site . The City shall also require the contractor to provide the services of an EPA approved laboratory to perform, as a minimum , a toxic contaminant scan of composite soil samples representative of each separate proposed borrow source, in accordance with EPA protocol for the fist of contaminants contained in 40 CFR, Part 261, Appendix VIII, by EPA methods SW-846, prior to importing the soil borrow. Any potential off-site soil borrow on which the test results indicate the presence of contaminants above background levels shall be rejected. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill. 3.00 EXECUTION STS-003-4 3.01 CLEARING, GRUBBING, AND STRIPPING All areas to be excavated or to receive earth fill, pavements , structures, or other such facilities, shall be cleared, grubbed, and stripped prior to excavation and subgrade preparation. Clearing and grubbing shall consist of the removal of all trees, large vegetation , abandoned structures , and debris, includ ing all roots 1 inch or larger in diameter, to a minimum depth of 18 inches below the proposed subgrade level. Stripping shall consist of the removal of all topsoil, roots, vegetation and rubbish not removed by the clearing and grubbing operation . Additionally, any other unsatisfactory material shall be removed from the subgrade area of future compacted fills or embankments, and from the surfaces underneath future roadways and related structures . The stripped areas shall be observed to determ ine if additional excavation is required to remove weak or otherwise unsuitable materials that would adversely affect the fill placement. 3.02 EXCAVATION Excavations shall be made to the true lines and grades necessary for construction of the roadway fac ilities . If solid rock excavation in open cut areas or trenches is defined as an additional pay item in the construction documents, the following definition of "solid rock" shall apply : In order for any rock material to be considered as solid rock , it must meet all of the following criteria : • The rock must be massive and in a continuous layer at least 2 feet thick. • The rock must have an unconfined compressive strength greater than 80 ksf. • The rock cannot be ripped from a starter trench in an open cut excavation with a D-9 Caterpillar (or equivalent) bull dozer w ith a single tooth ripper, or in a trench excavation with a 235C Caterpillar (or equivalent) track hoe excavator equipped with a nominal 30- inch wide extreme-service trenching bucket with front and rear mounted rock ripper teeth. Boulders and cobbles, whether in densely spaced layers or occasional occurrence, shall not be classified as solid rock, regardless of the hardness of the individual boulders or cobbles. STS-003-5 In general, excavation slopes of 1-horizontal to 1-vertical are adequate for temporary slopes during construction. However, some soil conditions will become unstable where a 1-horizontal to 1-vertical slope is used. These unstable soils include, but are not necessarily limited to (1) jointed, fissured, soft, and slickensided clays, (2) soils with pockets or layers of sand or gravel, and (3) soils with ground-water seepage occurring . Slopes in these types of soils may become unstable during periods of wet weather or as loads are applied to the top and/or along the slope . Weather conditions, the excavation depth, adjacent structures, construction equipment, and the length of time the excavation will remain open also affect the stability of slopes. Temporary slopes of 2-horizontal to 1-vertical and flatter would be more appropriate for this these conditions, for slopes above the ground-water table. Soils below the ground-water table and saturated soils, including but not necessarily limited to saturated sands, will require very flat slopes or shoring to remain stable during construction . In all cases, the contractor must follow the requirements of the Occupational Safety and Health Administration (OSHA). It is important for the contractor to monitor the slope stability by observation and measurement, and to prevent excessive loads (especially heavy vibratory loads) from being applied to the slope. The contractor shall be responsible for maintaining the slopes in a safe condition during construction and the use of slope stability monitoring equipment is recommended for all critical slopes. This manual has not been prepared for trench safety and/or excavation slope design . The responsibility for trench safety and/or excavation slope design shall be the Contractor's responsibility . The side slopes of excavations through the overburden soils shall be made in such a manner to provide for their stability during construction. Structures, pipelines or other facilities which are constructed prior to or during the currently proposed construction and which require excavation, shall be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes shall be protected from surface runoff water. Site grading shall be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. STS-003-6 Trench safety recommendations are beyond the scope of this study . The contractor must comply with all applicable safety regulations concerning trench safety and excavations , including, but not limited to OSHA regulations . The construction documents shall include a specific bid item for trench safety systems. 3.04 DEWATERING OF EXCAVATIONS The design or quantitative analyses of ground-water dewatering systems is beyond the scope of this manual. The following information is provided as a guideline only. The contractor shall be responsible for selecting and providing appropriate excavation dewatering systems for use during construction. Ground water will likely be encountered within some excavations during wet seasons and during wet years, and if excavation depths are near or below the ground water table, including perched water tables. The amount of ground water encountered is dependent on the depth of the excavations, the time left open, weather conditions, water levels in adjacent surface water bodies, and adjacent activities. The decision as to the method for handling ground water depends upon such factors as the soil characteristics within the excavation depth, site hydrogeology, the size and depth of the excavation, method of excavation and side slopes, the proximity of existing structures , their depth and foundation type, and the design and function of the specific roadway facilities . Choice of a particular method or a combination of methods for dewatering any given excavation will require an analysis by the contractor of the subsurface soil and ground-water conditions, the requirements of the work, and the contractor's experience with dewatering excavations. Although a geotechnical study may have been made for the City, the scope of the study was for design purposes and did not include an evaluation of construction dewatering requirements; therefore some unanticipated subsurface conditions could exist related to construction dewatering. Regardless of the dewatering method selected, it shall be capable of lowering and continuously maintaining the ground-water surface a minimum of 3 feet below the base of all excavations throughout the construction period . The contractor shall be required to provide STS-003-7 adequate personnel and equipment to operate and maintain the dewatering system on a 24- hour basis , as required . The dewatering method selected by the contractor must be designed to prevent settlement or other adverse affects to adjacent pavements or structures due to drawdown of ground water, or otherwise. This may require isolation of the dewatering areas with sheet pile cutoffs or similar facilities . The contractor shall be required to demonstrate in appropriate submittals that the proposed method of dewatering will not adversely affect adjacent pavements or structures , prior to beginning dewatering operations . 3.05 SUBGRADE PREPARATION The subgrade shall be firm and able to support the construction equipment without displacement. Soft or yielding subgrade shall be corrected and made stable before construction proceeds. The subgrade shall be proof rolled to detect soft spots , which if exist, shall be reworked . Proof rolling shall be performed us ing a heavy pneumatic tired roller, loaded dump truck, or similar equipment weigh ing approximately 25 tons . The equipment shall be driven slowly over the subgrade with the tires staggered approximately 3 feet on each successive pass to allow detection of any soft or pumping subgrade areas . The proof rolling operations shall be observed by the project geotechnical engineer. The sides of stump holes or other similar cavities or depressions shall be broken down to flatten the slopes (no steeper than 5 horizontal to 1 vertical), with the sides of the cu ts or holes being scarified to provide bond between the foundation soils and the embankment fill. Each depression or hole shall be filled with the same type of material that is adjacent to the depression , unless such material is unsuitable for fill, in which case General Earth Fill shall be used . Existing hillsides or slopes that will rece ive fill shall be loosened by scarifying or plowing to a depth of not less than 8 inches. The fill material shall be benched into the existing slope in such a manner as to provide adequate bonding between the fill and slope, as well as to allow the fill to be placed in essentially horizontal lifts . Prior to placement of compacted fill in any section of the embankment, after depressions and holes have been filled, the foundation of such sections shall be compacted to the same density and mo isture requirement as the embankment. STS-003-8 In areas of the subgrade that are too soft, wet or otherwise unstable to allow embankment construction to begin, the use of plating and/or plating in combination with a geogrid may be required . The traffic of heavy equipment, including heavy compaction equipment, may create pumping and general deterioration of the shallower clay soils . Therefore, it shall be anticipated that some construction difficulties will be encountered during periods when these soils are saturated. Often the shallow sandy and silty soils also become wet and pump during rainy months, or due to ground-water conditions. Occasionally clayey, sandy, and silty soils have to be excavated, mixed and dried, and replaced. At times, excavating and replacing with selected soils, the use of lime or cement treatment, or the use of geosynthetics is required before an adequate subgrade can be achieved. 3.06 PLACING OF MATERIAL Embankment materials shall be placed on a properly prepared subgrade as recommended above. The combined excavation, placing, and spreading operation shall be done in such a manner to obtain blending of material, and to provide that the materials, when compacted in the embankment, will have the most practicable degree of compaction and stability. Materials excavated from cut sections or borrow areas and hauled to construct fills shall be mixed and not segregated within any specific fill zone. However, selective excavation and segregation will be necessary to meet required specifications for the various fill zones. The intent is to produce the highest practicable degree of homogeneity within any specified earth-fill zone. If the surface of the embankment is too smooth and hard to bond properly with a succeeding layer, the surface shall be roughened and loosened by disking before the succeeding layer is placed. Wh~re fill is to be placed next to existing fill, that fill shall be removed to unweathered, dense material. Each layer shall be benched and disked as adjoining lifts are placed. Material hauling equipment shall be so routed over the embankment surface to distribute the added compaction afforded by the rolling equipment, and to prevent the formation of ruts on the embankment surface. STS-003-9 The surface of the fill shall be graded to drain freely and maintained throughout construction . During the dumping and spreading process , all roots and debris and all rocks greater than 2 inches in maximum dimension shall be removed from the embankment materials . No rocks shall be allowed within the final 8 inches of subgrade . 3.07 PROCESSING AND MOISTURE-DENSITY CONTROL Following the spreading and mixing of the soil on the embankment, it shall be processed by disking or pulverizing throughout its thickness to break up and reduce clod size, and provide additional blend ing of materials. Processing shall consist of at least five passes of a fully penetrating disk plow or three passes of a fully penetrating rota-till pulverizer mixer. Additional passes of the processing equipment shall be performed as necessary to accomplish breaking up, reduction of clod size , moisture conditioning , and blending the fill. Each successive pass of the processing equipment shall be in a direction perpendicular to the previous pass, where working space permits. The maximum loose lift thickness prior to compaction shall be 8 inches. The moisture content of the soil shall be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the recommended range. Water requ ired for sprinkling to bring the fill material to the proper moisture content shall be applied evenly through each layer. Water for soil conditioning shall be potable water unless approved otherwise in advance by the Engineer. Any layers that become damaged by weather conditions shall be reprocessed to meet specified requirements. The compacted surface of a layer of fill shall be lightly loosened by disking before the succeeding layer is placed . When the moisture content and the condition of the fill layer are satisfactory, compaction shall be performed with a heavy tamping foot roller w ith fully penetrating feet (feet long enough to penetrate into the previous lift) either towed by a crawler-type tractor or the self-propelled type. The tamping foot roller shall weigh no less than 2,000 pounds per linear foot of drum width . Vibratory tamping rollers shall be used for compacting sandier fill materials. The in -place density of the fill shall be no less than 95 percent of the maximum dry density as determined by ASTM D 698, Standard Proctor, at a moisture content between optimum and 5 percentage points wet of optimum moisture content for any low-permeability earth fill zones STS-003-10 and between 2 percentage points below to 5 percentage points above optimum moisture content for non-expansive earth fill zones, general earth fill zones , and C011Jmon earth fill zones, with the exception that the top 8 inches of the soil subgrade for pavement areas shall be compacted to a minimum of 100 percent of the maximum dry density as determined by ASTM D 698, Standard Proctor, at a moisture content between 2 percentage points below to 3 percentage points wet of optimum moisture content. The moisture content and density of all fill material shall be maintained at the specified range of moisture and density. These moisture ranges represent the maximum allowable limits. It is possible unde~ some circumstances or with some soils, that a more narrow range, within the required limits, will be necessary for the contractor to consistently achieve the specified density. In order to help provide a homogeneous earth fill mass, a minimum of eight passes of the tamping foot roller shall be provided, even if density tests indicate that the specified density is achieved with fewer passes. Field density tests (including moisture content) shall be taken as each lift of fill material is placed . A minimum of one field density test per lift for each 2500 square feet of compacted area shall be performed. For small or critical areas, the frequency of testing shall be reduced to one test per 1000 square feet or less. A minimum of two density tests shall be taken on each lift, regardless of size. The earthwork operations shall be observed and tested on a continuing basis by an experienced soil technician working in conjunction with the project geotechnical engineer. Each lift shall be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained . The actual quality of the fill, as compacted, shall be the responsibility of the contractor and satisfactory results from the tests shall not be considered as a guarantee of the quality of the contractor's filling operations. 3.08 STRUCTURE BACKFILL PLACEMENT AND COMPACTION The backfill material shall be placed in maximum 8-inch lifts and compacted to a density ranging between 95 and 100 percent of maximum Standard Proctor (ASTM D 698) dry density at a moisture content ranging from 2 percentage points below optimum to 5 percentage points STS-003-11 above optimum for the backfill materials. Caution shall be exercised not to over-compact the backfill. Over-compaction will result in excessive lateral earth pressures on structures. Hand-operated tampers or other lightweight compactors shall be used in the 5-foot area adjacent to structures. Non-expansive earth fill shall be used for structure backfill , unless specifically stated otherwise elsewhere in the contract documents. The lift thickness shall be reduced to 4 inches for those areas where hand-operated compactors are required. The backfill surface shall slope away from the structures on a gradient of 1.5 to 3 percent, such that surface water does not pond adjacent to the structure within the backfill zone . Topsoil and seeding shall be accomplished to help prevent drying and cracking of the backfill surface. The slope shall be maintained on a 1.5 to 3 percent gradient after topsoil is placed. 3.09 TRENCH BACKFILL Trench backfill for pipelines or other utilities shall be properly placed and compacted . Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs . Non-expansive earth fill or flowable fill shall for trench backfill in all areas adjacent to structures. Care shall be taken not to use free draining granular material , to prevent the backfilled trench from becoming a French drain, which might allow intrusion of surface or subsurface water beneath structures, pipelines, or pavements . If a higher class of bedding material is required for the pipelines near or beneath structures or pavements, flowable fill that will limit water intrusion into the trench and will not require compaction after placement shall be used. The non-expansive earth fill shall be placed in approximate 4-to 6-inch loose lifts . The density and moisture content shall be as required for non-expansive fill in section 3 .04 of this specification , except all non- expansive backfill above the spring line of the pipes, in sections of the trench underneath pavements, shall be compacted to a minimum of 100 percent of maximum dry density (ASTM D 698). Class 2 Aggregate fill, as defined in STS-004 AGGREGATE FILL CLASSIFICATIONS may be used for pipelines completely outside the area of structures and pavements or beneath pavements when the top of the aggregate fill zone is a minimum of 10 feet deep below the pavement subgrade . Class 2 Aggregate Fill shall be compacted with a vibratory compactor, to a minimum of 95 percent of Maximum Index Density as determined by ASTM D4253 (or a manual procedure approved by the geotechnical engineer which produces similar results to the ASTM D 4253 procedure), at a moisture content that will facilitate compaction . A minimum of STS-003-12 one field density test shall be taken per lift for each 150 linear feet of trench, with a minimum of two tests per lift. In restricted areas where compaction of non-expansive earth fill is not practical, flowable fill shall be used . Where flowable fill is used, each lift or section shall be allowed to reach initial set as required to provide the intended support, prior to the next lift or section being placed . This specification does not address trenching, embedment, and backfill for cross-country utilities or pipelines which are not beneath or immediately adjacent to the pavements . 3.10 AGGREGATE FILL PLACEMENT FOR STRUCTURE BACKFILL Aggregate Fill, if specified for any zones of structure backfill, shall be compacted in maximum 6-inch lifts with a steel-wheeled vibratory compactor of sufficient weight to achieve full consolidation of the aggregate fill. Aggregate fill shall be compacted to a minimum of 95 percent of Maximum Index Density as determined by ASTM D 4253 (or a manual procedure approved by the geotechnical engineer which produces similar results to the ASTM D 4253 procedure), at a moisture content that will facilitate consistent compaction . A minimum of 4 passes of the compactor shall be provided, even if density tests indicate that the recommended density is achieved with fewer passes. A hand-operated vibratory plate compactor of the "walk behind" type shall be used in the 5-foot areas adjacent to structures to reduce potential for damage or excessive pressure on the structure. In areas where the hand-operated vibratory plate compactor is used, the lift thickness shall be reduced to 4-inches . Care shall be taken during compaction of aggregate fill to prevent damage to any geosynthetics used in conjunction with the fill. 3.11 EROSION AND SEDIMENT CONTROL All disturbed areas shall be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation shall be provided with permanent erosion and sediment control facilities . All applicable ordinances and codes regarding erosion and sediment control shall be followed . 4.00 MEASUREMENT AND PAYMENT Measurement and payment for EARTHWORK shall be as specified in the contract documents for each specific pavement project. STS-003-13 TABLE STS-003.2 EARTH FILL ZONES STS-003-14 ; - Item Zone Earth Fill Material Embankment Fill for structures , pavements and flatwork Top 10 feet Non-Expansive Embankment Fill for structures, pavements and flatwork Below 10 feet General Structure Backfill All Non-Expansive Trench Backfill beneath present or All (exclusive of lean concrete or Non-Expansive future structures, pavements and flowable fill zones) flatwork Trench Backfill more than 5 feet To 1 foot above top of pipe Non-Expansive outside the limits of present or future (exclusive of lean concrete or structures, pavements and flatwork flowable fill zones) Trench Backfill more than 5 feet From 1 foot above top of pipe and General outside the limits of present or future upward structures, pavements, and flatwork General Embankments more than 5 feet outside the limits of present and All General future structures, pavements and flatwork General Site Grading where no Top 1 Foot General slopes or deep fills are involved. General Site Grading where no Below 1 Foot Common slopes or deep fills are involved . Seepage plugs around pipes, and All Low-Permeability liners/barriers NOTE: Table STS-003 .2 does not include Aggregate Fill Zones and Materials, which are specified elsewhere in this manual. END OF SECTION STS-003-15 SPECIAL TECHNICAL SPECIFICATION STS-004 AGGREGATE FILL CLASSIFICATIONS 1.00 GENERAL This Special Technical Specification (STS) defines material requirements for Aggregate Fill for City Streets. Placement and compaction of Aggregate Fill are included in other sections of the Special Technical Specifications. Aggregate Fill is used for items such as , but not limited to flex base, permeable base , subsurface drainage aggregate, and trench backfill . The design engineer may refer to this specification directly in the contract documents and may provide additional related specifications as required. 1.01 WORK INCLUDED This specification describes the various classes of Aggregate Fill. All of the classes of Aggregate Fill contained in this specification may not be required or specified on all street projects. The classes of Aggregate Fill used on this project shall be shown on the construction drawings and/or specified in the construction specifications . This guide specification does not include installation . Installation of Aggregate Fill is included in other guide specifications and/or in the main report text. 1.02 QUALITY STANDARDS CLASSIFICATION TESTING A. COMPLIANCE TESTING The proposed Aggregate Fill shall be tested for compliance with the specification requirements by the Contractor and approved by the project geotechnical engineer prior to accepting the Aggregate Fill for delivery to the site. Conformation testing shall also be conducted periodically throughout construction by the project geotechnical engineer as a means to verify continuing compliance of the materials as they are delivered. B. NON-CONTAMINATION CERTIFICATION 1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill source stating that to the best of the Supplier's knowledge STS-004-1 and belief, there has never been contamination of the source with hazardous or toxic materials . 2. Submit these certifications to the City prior to proceeding to furnish Aggregate Fill to the site. The lack of such certification on a potential Aggregate Fill source shall be cause for rejection of that source . 1.03 STANDARDS Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing procedures as specified for the various classes . ASTM C33 ASTM C88 ASTM C 125 ASTM C 131 or ASTM C 535 ASTM 0448 A. CLASS 1 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The material shall meet the following gradation in accordance with ASTM 0448, size number 57: Sieve Size Square Opening 1-1/2 inches 1 inch 1/2 inch No.4 No. 8 Percent Passing 100 95-100 25-60 0-10 0-5 B. CLASS 2 AGGREGATE FILL: Consist of washed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements STS-004-2 of ASTM C33_. "Standard Specifications for Concrete Aggregates", except that the gradation shall be as follows : Sieve Size Square Opening 1/2 inch 3/8 inch No.4 No. 8 No. 16 No. 30 Percent Passing 100 95-100 80-95 65-85 50-75 25-60 Class 2 Aggregate Fill shall have not more than 45% passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modules, as defined in ASTM C125, shall be not less than 2.3 nor more than 3 .1. C. CLASS 3 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay , or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C 131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening 1-3/4 inches 7/8 inch 3/8 inch No.4 No.40 No. 100 END OF SECTION STS-004-3 Percent Passing 100 65-90 50-70 35-55 15-30 0-12 <yVet Sieve Method) SPECIAL TECHNICAL SPECIFICATION STS-010 GEOTEXTILE -SOIL STABILIZATION 1.00 GENERAL This Special Technical Specification (STS) defines requirements for geotextile for soil stabilization for C ity Streets. The design engineer may refer to this specification directly in the contract documents and may provide additional related specifications as required . 1.01 WORK INCLUDED Furnish labor, materials , equ ipment and incidentals necessary to install geotextile fab ric. Use the geotextile in conjunction with aggregate to stabilize subgrade soils for pavements . The geotextile shall provide a permeable layer or media , planar flow, and tensile re inforcement, while retaining the soil matrix. 1.02 QUALITY STANDARDS A. DESIGN CRITERIA 1. The geotextile fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposu re , insect and rodent res istant, and conform to the properties in the follow ing table . 2. The average roll minimum value (weakest principle direction) for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum value (weakest principle direction) stipulated herein . Test Requirements: Physical Properties Grab Strength ASTM D-4632 (Lbs .) STS-010-1 Average Roll Minimum Value (Weakest Principle Direction)* 200 8. Grab Elongation* ASTM D-4632 (%) 50 Mullen Burst Strength ASTM D-3786 (psi) 320 Permeability -k (cm/sec.) ASTM D-4491 0 .1 Water Flow Rate (gal/min/fr) ASTM D-4491 100 AOS(095) mm , ASTM D-4751 0 .2 maximum Trapezoid Tear Strength* ASTM D-4533 (Lbs.) 60 Puncture Resistance ASTM D-4833 (Lbs .) 80 UV Resistance -% Strength Retained ASTM D4355 70 PACKING AND IDENTIFICATION REQUIREMENTS Provide the geotextile in rolls wrapped with protective covering to protect the fabric from mud, dirt, dust, and debris. The fabric shall be free of defects or flaws which significantly affect its physical properties . Label each roll of fabric in the shipment with a number or symbol to identify that production run. C. SAMPLING AND COMPLIANCE REQUIREMENTS A competent laboratory shall be maintained by the producer of the fabric at the point of manufacture to provide quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturer's certificate to the City prior to shipment. The certificate shall include: 1. Name of manufacturer 2. Chemical composition 3. Product description 4 . Statement of compliance to specification requirements STS-010-2 5. Signature of legally authorized official attesting to the information required 2.00 PRODUCTS 2.01 MATERIALS GEOTEXTILE : Non-woven fabric consisting of filaments or yarns of polyester or polypropylene. 3.00 EXECUTION 3.01 INSTALLATION A. Install the geotextile on the prepared subgrade in specified areas. The limits shall be as shown on the construction drawings. Overlaps when necessary shall be 36 inches minimum. The aggregate shall be back dumped onto the fabric and spread in a uniform lift in the direction of laps to prevent pushing or folding over of the geotextile . Maintain the design aggregate thickness as a minimum at all times during spreading . Construction vehicles shall not be allowed to traffic directly on the fabric. B. Avoid over-stressing the soil by utilizing equipment in spreading and dumping that exerts only moderate pressures on the soil. Severe rutting at the time of placement is an indication of over-stressing the soil. Such soil over-stressing must be avoided. Increasing aggregate depths and reducing loads are two methods of reducing the pressures on the soil. C. Fill any ruts which develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. D. Thoroughly compact the aggregate as specified in applicable sections of the Special Technical Specifications in Appendix C. END OF SECTION STS-010-3 SPECIAL TECHNICAL SPECIFICATION STS-020 PERMEABLE BASE AND FLEXIBLE BASE FOR PAVEMENTS 1.00 GENERAL This Special Technical Specification (STS) defines requirements for permeable base and related items for City Streets. The des ign engineer may refer to this specification directly in the contract documents and may provide additional related specifications as required . 1.01 SCOPE This guide specification covers requirements for permeable base and related geosynthetics for the pavement. Geosynthetics may consist of a geosynthetics, geogrid, or geocomposite, or combinations as shown on the drawings, or specified elsewhere . 2.00 PRODUCTS 2 .01 MATERIALS A. PERMEABLE-BASE The permeable base shall consist of Class 1 Aggregate Fill as specified in Special Technical Specification STS-004-1 -AGGREGATE FILL CLASSIFICATIONS . If cement treated permeable base (CTPB) is selected as an option , it shall conform to the following : The CTPB shall consist of Class 1 Aggregate Fill treated with 6 percent Portland cement by dry weight of the aggregate, or 200 pounds of cement per cubic yard, whichever is greater. The cement shall be Type 1 Portland Cement (ASTM C 150). The CTPB shall be prepared in a Central Mixing Plant by mixing the aggregate , cement, and water in an approved pug mill. The plant shall be equipped with feeding and metering devices that add the aggregate , cement and water into the mixer in the specified quantities to produce a uniform mixture . Jobs ite mixing of the CTPB shall not be allowed unless a full plant operation , including pug mill, is set up on site. The CTPB shall have a minimum hydraulic conductivity (permeability) value of 3,000 feet per day in the compacted condition. No fine aggregate (sand , etc.) shall be allowed, and the mix shall consist of Class 1 Aggregate Fill , Portland cement, and water only. The supplier of STS-020-1 the CTPB shall be required to submit an acceptable mix design on the CTPB material for approval by the City . The CTPB shall be placed and compacted as specified below. A minimum density of 98 percent of ASTM D 558 shall be achieved . The CTPB shall be placed and spread in a manner that will not damage the geosynthetics or other geosynthetics. The mix design, including cement content, shall be shown on each delivery ticket. B. FLEXIBLE BASE COURSE (if applicable) The flexible base shall consist of Class 3 Aggregate Fill as specified in Special Technical Specification STS-004-AGGREGATE FILL CLASSIFICATIONS. C. GEOSYNTHETICS FOR SUBGRADE STABILIZATION The geosynthetics shall be as specified in STS-010, STS-011, STS-012, and STS- 014, as applicable for the specific project. D. EARTH FILL The earth fill shall consist of the classes of earth fill as specified in Special Technical Specification STS-003-EARTHWORK. 3.00 EXECUTION 3 .01 INSTALLATION A. PREPARATION OF SUBGRADE The subgrade shall be prepared to receive the geosynthetics and permeable · base as specified in Special Technical Specification STS-003-EARTHWORK. STS-020-2 Any section of the subgrade which does not meet the specified requir_ements immediately prior to the placement of the geosynthetics and permeable base shall be reprocessed and recompacted to be in full compliance with the recommendations prior to proceeding with installation of the geosynthetics. The subgrade shall be graded to drain to the pavement edge or to the underdrainage system drains. B. GEOSYNTHETICS The geosynthetics shall be installed on the prepared roadway subgrade and in drainage trenches as specified in STS-010, STS-011, STS-012, and STS-014, as applicable for the specific project. C. PERMEABLE BASE 1. The permeable base shall be installed on the prepared roadway subgrade in conjunction with the geosynthetics as specified in STS-010 , STS-011, STS-012, and STS-014, as applicable for the specific project. 2. After being spread to the specified thickness, the permeable base shall be compacted by rolling with a minimum of three passes of minimum 10-ton vibratory roller. Unbonded permeable base shall be compacted to a minimum of 95 percent of maximum index density as determined by ASTM D 4253 . The number of passes shall be increased, if necessary to fully density and interlock the aggregate particles, and achieve the specified density. 3. The completed surface of the permeable base (unbonded or CTPB) shall be within a tolerance of plus zero feet (+0 .00') and minus four-hundredths feet (-0.04') of the required lines and grades. The minimum thickness of the permeable base at any point in the completed course shall be not less than the specified thickness. 4 . If regrading or reshaping of the surface of the penneable base is required to meet the specified tolerances , the surface shall be re-rolled with the vibratory roller. 5. The completed permeable base shall be protected from all traffic which might loosen, contaminate with soil or otherwise damage the course, until the next course STS-020-3 is installed. If the permeable base shall become contaminated with soil from runoff or otherwise, those contaminated areas shall be replaced prior to proceeding with the next course. 6. The permeable base shall have free drainage along the pavement edges into the edge drain system. D. FLEXIBLE BASE The following specifications referring to placement of flexible base on the permeable base course shall also be understood to apply to the subgrade if there is no permeable base course. 1. The flexible base shall be installed on the completed permeable base course . Placing of the flexible base shall begin as soon as practicable after completion of the permeable base course. The flexible base shall be spread and processed in a manner that will prevent segregation and that will not damage the permeable base course . 2. The flexible base shall be compacted to a minimum of 100% of maximum dry density, and at moisture content between optimum and 4 percentage points above optimum moisture content, as determined by ASTM 0698 , Standard Proctor. Compaction shall be accomplished with a vibratory ro ll er as specified for the permeable base course. 3. The completed surface of the flexible base shall be within a tolerance of plus zero feet (+0 .00') and minus four hundredths feet (-0.04') of the lines and grades shown on the drawings. The minimum thickness of the flexible base at any point in the completed course shall be not less than the specified thickness. If regrading or reshaping of the flexible base is required to meet the specified tolerances , the flexible base course shall be recompacted to meet specified requirements for moisture and density. 4 . The completed flexible base shall be protected from traffic or other conditions which might damage the course. Any area of the flexible base course which is damaged STS-020-4 by the weather or otherwise shall be reprocessed and recompacted as required to meet specified requirements. 4.00 QUALITY CONTROL 4.01 GENERAL The City shall arrange for testing of the completed permeable base and/or flexible base for the pavement. 4 .02 TESTING A. THICKNESS VERIFICATIONS Thickness verification tests shall be performed on the permeable base and flexible base. B. GRADATIONS Gradation tests shall be performed on the permeable base and flexible base . C. MOISTURE AND DENSITY Moisture and density tests shall be performed on the permeable base and flexible base. D. FREQUENCY Testing as listed in this section shall be performed at the rates described in Section 6 of the Pavement Design Standards Manual , as a minimum. E. CONTRACTOR ASSISTANCE The Contractor shall be required to assist in testing by curtailing operations in the vicinity of the tests during testing and shall repair areas where thickness verification tests and gradation test samples are taken in the completed permeable base and/or flexible base. END OF SECTION STS-020-5 SPECIAL TECHNICAL SPECIFICATION STS-024 SUBGRADE MODIFICATION/ STABILIZATION 1.00 GENERAL This Special Technical Specification (STS) covers the requirements for Modification and Stabil ization of subgrades for City Streets. The design engineer may refer to this specification directly in the contract documents and may provide additional related specifications as required . 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to perform modification or stabilization of subgrades for pavements. Modification shall consist of treatment of the soil subgrade with lime or Portland cement. Stabilization shall consist of treatment of the soil subgrade with lime or Portland cement, and/or w ith geosynthetics and permeable bases as specified herein , and as defined in other sections of the Manual. 2.00 LIME AND PORTLAND CEMENT MODIFICATION/ STABILIZATION A. LIME MODIFICATION/ STABILIZATION Lime Modification / Stabilization (lime treatment) of the subgrade soils shall be in accordance with Item 260 of the TXDOT -2004 Standard Specifications (reference copy in Appendix C) w ith the following exceptions . 1. In the event of any conflict or discrepancy between Item 260 and requirements of this manual, the requirements of this manual shall take precedence. 2. Laboratory and field testing methods shall be in accordance with appropriate ASTM standards as defined elsewhere in this manual, or other appropriate ASTM standards as designated by the Engineer, rather than the TXDOT test methods listed in Item 260, unless approved otherwise in advance in writing by the Engineer. 3. Only slurry placement of lime will be allowed. Dry placement of lime shall not be used . 4. In the event that soluble sulfate testing during the geotechnical exploration phase of the project indicates the presence of soluble sulfates in the range of 2 ,000 mg/kg or higher, lime treatment shall not be used unless approved in advance in writing by the Engineer. If lime treatment is approved by the Engineer for these conditions, a 2-stage lime treatment method shall be required as listed is paragraph B below. In the event that STS-024-1 soluble sulfate testing during the geotechnical exploration phase of the project indicates the presence of soluble sulfates in the range of 1,000 mg/kg or higher, additional sulfate testing during the construction phase and 2-stage lime treatment will be required as listed is paragraph 8 below. 5. Measurement and Payment shall be as defined in the contract documents and may not be the same as listed in Item 260 . B. LIME MODIFICATION/ STABILIZATION IN HIGH SULFATE SOILS In soils with soluble sulfate test results of 2 ,000 mg/kg or higher as described in paragraph A-4 above, the following additional requirements shall apply. 1. The lime treatment shall be applied in two stages . Approximately 60 percent of the specified lime application rate shall be applied and the subgrade shall be allowed to cure for a minimum of two weeks . Following the two -week curing period, the remaining 40 percent of the specified lime application rate shall be applied . This method will reduce the potential for sulfate induced heave, but some residual heave will likely remain . Accordingly, some residual sulfate induced heave should be expected and considered in the pavement design . In soils with soluble sulfate test results of 1,000 mg/kg or higher as described in paragraph A-4 above, the following add itional requirements shall apply. 1. Field sampling of the subgrade shall be performed on approximately 50-foot intervals with four samples being combined to form a composite sample for approximately each 200-foot length of pavement. A specimen from each composite sample shall be tested for soluble sulfates as specified elsewhere in this manual. If any of the sulfate test results show soluble sulfate content of 2,000 mg/kg or higher, the two -stage lime method described in paragraph B-1 shall be used. C. PORTLAND CEMENT MODIFICATION/ STABILIZATION Portland cement Modification / Stabilization ( cement treatment) of the subgrade soils shall be in accordance with Item 275 of the TXDOT -2004 Standard Specifications (reference copy in Appendix C) with the following exceptions. STS-024-2 6. In the event of any conflict or discrepancy between Item 275 and requirements of this manual, the requirements of this manual shall take precedence. 7. Laboratory and field testing methods shall be in accordance with appropriate ASTM standards as defined elsewhere in this manual , or other appropriate ASTM standards as designated by the Engineer, rather than the TXDOT test methods listed in Item 260, unless approved otherwise in advance in writing by the Engineer. 8. Only slurry placement of cement will be allowed . Dry placement of cement shall not be used. 9. In the event that soluble sulfate testing during the geotechnical exploration phase of the project indicates the presence of soluble sulfates in the range of 2,000 mg/kg or higher, cement treatment shall not be used unless approved in advance in writing by the Engineer. 10. Measurement and Payment shall be as defined in the contract documents and may not be the same as listed in Item 275. 3.00 GEOSYNTHETICS AND PERMEABLE BASE STABILIZATION Stabilization of the subgrade soils with geosynthetics and permeable base shall be in accordance with requirements in Special Technical Specifications STS-004, STS-010, STS- 011 , STS-014, STS-020, and STS-021, and as otherwise specified in this manual and shown on the drawings. END OF SECTION STS-024-3 SPECIAL TECHNICAL SPECIFICATION STS-035 PAVEMENTS 1.00 GENERAL This Special Technical Specification (STS) covers the requirements for Asphalt Concrete pavements and Portland Cement Concrete pavements for City Streets . This specification applies only to the Portland Cement Concrete or Asphalt Concrete structural section of the pavement and does not apply to aggregate bases or subgrade treatments . The design engineer may refer to this specification directly in the contract documents and may provide additional related specifications as · required. 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to construct the structural components of pavements . Pavements shall consist of Asphalt Concrete or Portland Cement Concrete as specified herein, and as defined in other sections of the Manual. 2.00 PAVEMENTS A. ASPHALT CONCRETE PAVEMENTS Asphalt Concrete Pavements shall be in accordance with Item 340 of the TXDOT -2004 Standard Specifications (reference copy in Appendix C) with the following exceptions . 1. In the event of any conflict or discrepancy between Item 340 and requirements of this manual, the requirements of this manual shall take precedence. 2. Laboratory and field testing methods shall be in accordance with appropriate ASTM standards as defined elsewhere in this manual, or other appropriate ASTM standards as designated by the Engineer, rather than the TXDOT test methods listed in Item 340, unless approved otherwise in advance in writing by the Engineer. 3. Flexible base and permeable base shall be in accordance with applicable sections of this manual and with the appropriate Special Technical Specifications in Appendix C , and are not considered part of this specification. 4 . There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. a. Pavement thickness deficiency up to 0 .25-inch will be considered as satisfactory and the contract unit price will be used for payment if the STS-035-1 average thickness within the project meets or exceeds the specified designed thickness. b. Deficiencies of greater than 0 .25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. 5 . Requirements of Item 340 in Appendix C which are not applicable to a specific pavement project may be waived or modified by the Engineer or by the design engineer with prior written approval of the Engineer. B. PORTLAND CEMENT CONCRETE PAVEMENTS Portland Cement Concrete Pavements shall be in general accordance with Item 360 of the TXDOT -2004 Standard Specifications which have been modified for use by the City and included for reference in Appendix C, with the following exceptions . 1. In the event of any conflict or discrepancy between the modified version of Item 360 (included in Appendix C) and requirements of this manual, the requirements of this manual shall take precedence . 2. Laboratory and field testing methods shall be in accordance with appropriate ASTM standards as defined elsewhere in this manual, or other appropriate ASTM standards as designated by the Engineer, rather than the TXDOT test methods listed in Item 360, unless approved otherwise in advance in writing by the Engineer. 3. Joint sawing shall be sequenced in accordance with requirements in this manual. 4. Concrete shall have a minimum compressive strength of 3 ,000 psi at 28 days unless specifically specified otherwise in the contract documents. 5. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. a. Pavement thickness deficiency up to 0 .25 -inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness . b. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. 6. Requirements of the modified Item 360 in Appendix C which are not applicable to a specific pavement project may be waived or modified by the Engineer or by the design engineer with prior written approval of the Engineer. STS-035-2 Measurement and Payment shall be as defined in the contract documents and may -not be the same as listed in Item 360. END OF SECTION STS-035-3 ITEM260 LIME TREATMENT (ROAD-MIXED) 260.1. Description. Mix and compact lime, water, and subgrade or base (with or without asphaltic concrete pavement) in the roadway. 260.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. Obtain verification from the Engineer that the specification requirements are met before using the sources. The Engineer may sample and test project materials at any time before compaction. Use Tex-100-E for material definitions. A. Lime. Furnish lime that meets the requirements ofDMS-6350 "Lime and Lime Slurry," and DMS-6330, "Lime Sources Prequalification of Hydrated Lime and Quicklime." Use hydrated lime, commercial lime slurry, or quicklime, as shown on the plans. When furnishing quicklime, provide it in bulk. B. Flexible Base. Furnish base material that meets the requirements of Item 247, "Flexible Base," for the type and grade shown on the plans, before the addition oflime. C. Water. Furnish water free of industrial wastes and other objectionable material. D. Asphalt. When asphalt or emulsion is permitted for curing purposes, furnish materials that meet the requirements ofltem 300, "Asphalts, Oils, and Emulsions," as shown on the plans or as directed . E. Mix Design. The Engineer will determine the target lime content and optimum moisture content in accordance with Tex-121-E or prior experience with the project materials. The Contractor may propose a mix design developed in accordance with Tex-121-E. The Engineer will use Tex-121-E to verify the Contractor's proposed mix design before acceptance. Reimburse the Department for subsequent mix designs or partial designs necessitated by changes in the material or requests by the Contractor. When treating existing materials, limit the amount of asphalt concrete pavement to no more than 50% of the mix unless otherwise shown on the plans or directed. 260.3. Equipment. Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. A. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. B. Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. The Engineer may approve other slurrying methods . Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with a sampling device in accordance with Tex-600-J, Part I, when using commercial lime slurry. C. Pulverization Equipment. Provide pulverization equipment that: • cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, • provides a visible indication of the depth of cut at all times, and • uniformly mixes the materials. 260.4. Construction. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. A. Preparation of Subgrade or Existing Base for Treatment. Before treating, remove existing asphalt concrete pavement in accordance with Item 105, "Removing Stabilized Base and Asphalt Pavement," when shown on the plans or as directed. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the plans and as directed. When shown on the plans or directed, proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying existing material. Correct soft spots as directed . When new base material is required to be mixed with existing base, deliver, place, and spread the new material in the required amount per station. Manipulate and thoroughly mix new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Pulverization. Pulverize or scarify existing material after shaping so that JOO% passes a 2-1/2-in. sieve. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achleve processing to plan depth . C. Application of Lime. Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Add lime at the percentage determined in Section 260.2.E, ''Mix Design." Apply lime only on an area where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 35 °F and rising or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the Engineer, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. When pebble grade quicklime is placed dry, mix the material and lime thoroughly at the time of lime application. Use of quick/.ime can be dangerous. Inform users of the recommended precautions for handling and storage. 1. Dry Placement. Before applying lime, bring the prepared roadway to approximately optimum moisture content. When necessary, sprinkle in accordance with Item 204, "Sprinkling." Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. 2. Slurry Placement Provide slurry free of objectionable materials, at or above the approved minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application . Deliver commercial Lime slurry to the jobsite or prepare lime slurry at the jobsite or other approved location by using hydrated lime or quicklime, as specified . Distribute slurry uniformly by making successive passes over a measured section of roadway until the specified lime content is reached . Uniformly spread the residue from quicklime slurry over the length of the roadway being processed, unless otherwise directed. D. Mixing. Begin mixing within 6 hours of application of lime. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. Thoroughly mix the material and lime using approved equipment. Allow the mixture to mellow for l to 4 days, as directed. When pebble grade quicklime is used, allow the mixture to mellow for 2 to 4 days, as directed. Sprinkle the treated materials during the mixing and mellowing operation, as directed, to achieve adequate hydration and proper moisture content. After mellowing, resume mixing until a homogeneous, friable mixture is obtained. After mixing, the Engineer will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part ill, to determine compliance with the gradation requirements in Table l. Table 1 Gradation ReCiuirements <Minimum % PassiD1!) Sieve Size Base Sub1?:rade 1-3/4 in. 100 100 3/4 in. 85 85 No.4 -60 E. Compaction. Compact the mixture using density control, unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the treated material in accordance with Item 204, "Sprinkling." Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on success·ive trips by at least one-half the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 MPH, as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. Continue work until specification requirements are met. Re;ork in accordance with Section 260.4.F, "Reworking a Section." Perform the work at no additional expense to the Department. 1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and recompacting. 2. Density Control. The Engineer will determine roadway density of completed sections in accordance with Tex-115-E. The Engineer may accept the section ifno more than I of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. a. Subgrade. Compact to at least 95% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. b. Base. Compact the bottom course to at least 95% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. Compact subsequent courses treated under this Item to at least 98% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. F. Reworking a Section. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. When a section is reworked more than 72 hr. after completion of compaction, add additional lime at 25% of the percentage determined in Section 260.2.E, "Mix Design." Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. When density control is specified, determine a new maximum density of the reworked material in accordance with Tex-121-E, and compact to at least 95% of this density. G. Finishing. Immediately after completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. · Finish grade of constructed subgrade in accordance with Section 132.3.F. l, "Grade Tolerances ." Finish grade of constructed base in accordance with Section 247.4.D, "Finishing." H. Curing. Cure for the minimum number of days shown in Table 2 by sprinkling in accordance with Item 204, "Sprinkling," or by applying an asphalt material at a rate of0.05 to 0.20 gal. per square yard as directed. Maintain moisture during curing. Upon completion of curing, maintain the moisture content in accordance with Article 132.3.E, "Maintenance of Moisture and Reworking" for subgrade and Article 247.4.E, "Curing" for bases prior to placing subsequent courses. Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. Apply seals or additional courses within 14 calendar days of final compaction. Table 2 Minimum Curin Re uirements Before Placin Untreated Material Curin PI~ 35 2 PI> 35 5 uent Courses' I. Subject to the approval of the En g ineer. Proo f rolling may be required as an indicator of adequate curing . 260.5. Measurement. A. Lime. When lime is furnished in trucks, the weight of lime will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements ofltem 520, "Weighing and Measuring Equipm~nt." When lime is furnished in bags, indicate the manufacturer's certified weight. Bags varying more than 5% from that weight may be rejected . The average weight of bags in any shipment, as determined by weighing IO bags taken at random, must be at least the manufacturer's certified weight. I. Hydrated Lime. a. Dry. Lime will be measured by the ton (dry weight). b. Slurry. Lime slurry will be measured by the ton (dry weight) of the hydrated lime used to prepare the slurry at the job site. 2. Commercial Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 3. Quicklime. a. Dry. Lime will be measured by the ton (dry weight) of the quicklime. b. Slurry. Lime slurry will be measured by the ton (dry weight) of the quicklime used to prepare the slurry multiplied by a conversion factor of 1.28 to give the quantity of equivalent hydrated lime, which will be the basis of payment. B. Lime Treatment. Lime treatment will be measured by the square yard of surface area The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. · 260.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid in accordance with Section 260 .6 .A, "Lime," or Section 260.6 .B, "Lime Treatment." Furnishing and delivering new base will be paid for in accordance with Section 247.6.B, "Flexible Base (Roadway Delivery)." Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for in accordance with Section 260 .6.B, "Lime Treatment." Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.2, "Changes in the Work." Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, "Proof Rolling." Where sub grade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be paid for in accordance with pertinent Items or Article 4.2, "Changes in the Work." Asphalt used solely for curing will not be paid for directly, but will be subsidiary to this Item . Asphalt placed for curing and priming will be paid for under Item 310, "Prime Coat." A. Lime. Lime will be paid for at the unit price bid for "Lime" of one of the following types : • Hydrated Lime (Dry), • Hydrated Lime (Slurry), • Commercial Lime Slurry, • Quicklime (Dry), or • Quicklime (Slurry). This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. Lime used for reworking a section in accordance with Section 260.4.F, "Reworking a Section," will not be paid for directly but will be subsidiary to this Item. B. Lime Treatment. Lime treatment will be paid for at the unit price bid for "Lime Treatment (Existing Material)," "Lime Treatment (New Base)," or "Lime Treatment (Mixing Existing Material and New Base)," for the depth specified . No payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, providing lime, spreading, applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining, replacing, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals . ITEM 340 DENSE-GRADED HOT-MIX ASPHALT (METHOD) 340.1. Description. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 340.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation . When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both . The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table l, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table l requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engin eer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro- Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for nonlisted sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans . The SAC for sources on the Department's AQMP is listed in the BRSQC. Class B aggregate meeting all other requirements in Table l may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates . For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP from either Contractor-or Department-owned sources, including RAP generated during the project, is permitted only when shown on the plans. Department-owned RAP, if allowed for use, will be available at the location shown on the plans . When RAP is used, determine asphalt content and gradation for mixture design purposes . Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans . Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I.- Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor-owned RAP stockpiles with Department-owned RAP stockpiles. Remove unused Contractor-owned RAP material from the project site upon completion of the project. Return unused Department-owned RAP to the designated stockpile location . 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 1 Ae:e:regate Quality Requirements Prooertv Test Method Reauirement Coarse A!!!!ree:ate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, 1.5 Part II Micro-Deval abrasion,%, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles,%, max Tex-411-A 302 Coarse ~<>PTe<>ate ane:ularitv, 2 crushed faces , % min Tex 460-A., Part I 853 Flat and elongated particles (al 5 : 1, %, max Tex-280-F 10 Fine A!!!!re!!ate Linear shrinkage, %, max Tex-107-E 3 Combined A22rt2ate4 Sand equivalent, % min Tex-203-F 45 1. Not used for acceptance purposes. Used by the Engineer as an md1cator of the need for further investigation . 2. Unless otherwise shown on the plans. 3 . Unless otherwise shown on the plans. Only applies to crushed gravel. 4 . Aggregates, without mineral filler, RAP, or additives, combined as used in the job-mix formula (JMF). Table2 G d f R ra a to n eamremen ts fi F" A or me ,!>'!>'re9a e Sieve Size % Passini! bv Weie:bt or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans: The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: • is sufficiently dry, free-flowing, and free from clumps and foreign matter; • does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and • meets the gradation requirements in Table 3. Table 3 Gradation Re Sieve Size #8 100 #200 55-100 C. Baghouse Fines. Fines collected by the bagho use or other du st-collecting equipm ent may be reintroduced into the mixing drum . D. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt binder specified on the plans in accordance with Section 300.2 .J, "Performance-Graded Binders." E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-IH, SS-IH, or a PG binder with a minimum high-temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils , and Emulsions ." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions ." The Engineer will obtain at least l sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 340.3. Equipment. Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 340.4. Construction. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, provide the mix design. The Department will perform quality assurance (QA) testing. Provide quality control (QC) testing as needed to meet the requirements of this Item. A. Mixture Design. 1. Design Requirements. Use a Level II specialist certified by a Department-approved hot-mix asphalt certification program to develop the mixture design . Have the Level II specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 1 through 6 . Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Construction Division maintains a list of approved laboratories. Furnish the Engineer with representative samples of all materials used in the mixture design. The Engineer will verify the mixture design. If the design cannot be verified by the Engineer, furnish another mixture design . The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report using Department-provided software. Include the following items in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • results of all applicable tests; • the mixing and molding temperatures; • the signature of the Level II person or persons who performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. Table 4 Master G radation Bands(% Passing by Weight or Volume) an dV I · P . o umetn c ropert1es Sieve A B C D F Coarse Fine Coarse Fine Fine Size Base Base Surface Surface Mixture 1-1/2" 98 .0---100 .0 ---- l" 78 .0---94 .0 98 .0---100 .0 --- 3/4" 64.0---85 .0 84 .0---98 .0 95.0---100 0 -- 1/2' 50 .0---70 .0 --98 .0---100 .0 - 3/8" -60 .0---80 .0 70 .0---85 .0 85 .0---100 .0 98 .0---100 .0 #4 30.0---50 .0 40 . 0---60 . 0 43 .0---63 .0 50 .0---70 .0 80 .0---86 .0 #8 22 .0---36 .0 29 .0-43 .0 32 .0-44.0 35 .0-46.0 38 .0-48 .0 #30 8.0---23 .0 13.0---28 .0 14 .0---28.0 15 .0---29.0 12 .0---27 .0 #50 3.0---19 .0 6.0---20 .0 7.0---21.0 7.0---20 .0 6.0---19 .0 #200 2.0---7 .0 2.0---7 .0 2.0---7 .0 2.0---7 .0 2.0---7 .0 Desi!!n VMA 1 % Minimum -12 .0 13 .0 14 .0 15 .0 16 .0 Plant-Produced VMA, % Minimum -11.0 12 .0 13.0 14 .0 15 .0 I . Voids m Mineral Aggregates . Table S Mixture Desi n Pro erties Test Method Re uirement Tex-207-F 96 .0 Tex-226-F 85-2002 Tex-530-C I. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establi sh baseline for comparison to production results . May be waived when approved . Table 6 Ham urg ee est b Wh IT R eqmrements Minimum# of Passes2 High-Temperature Binder Grade /al 0.5'' Rut Depth, Tested (iii 122°F PG 64 or lower 10,000 PG70 15,000 PG 76 or hi!!her 20 ,000 I . Tested in accordance with Tex-242-F . 2. May be decreased or waived when shown on the plans . B . Job-Mix Fo rm ula Approva l. The job-mix formula (IMF) is the combined aggregate gradation and target as phalt percentage used to establish target values for mixture production. IMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify IMF based on plant-produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify IMF. If the IMF is not verified by the Engineer from the trial batch, adjust the IMF or redesign the mix and produce as many trial batches as necessary to verify the IMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-23 6-F. The Engineer will use a Texas gyratory compacto r calibrated in accordance with Tex-914 -F in molding production samples . The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement fo r the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved IMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory · redesign of the mixture . The Engineer will adjust the asphalt content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. Table 7 0 f I T I ,pera 10na o erances Allowable Description Test Method Difference from JMFTarget Individual % retained for #8 sieve and larger ±5 .0' Individual% retained for sieves smaller than #8 and Tex-200-F or ±3 .0 1 larger than #200 Tex-236-F % passing the #200 sieve ±2.0 1 As pha lt co ntenl % Tex-236-F ±0.3 Laboratory-molded density, % Tex-207-F ±1.0 VMA,%.min Note2 I . When w1thm these tolerances, mtXture product10n gradations may fall outs ide the mas te r grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2 . Test and verify that Table 4 requirements are mel D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operationa l Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: • 3 consecutive tests on any individual sieve, • 4 consecutive tests on any of the sieves, or • 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances . 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot-mix asphalt discharge temperatures in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Department will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Construction Division. F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture . Remove vegetation from pavement edges . Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in . Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly . Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table 8 C tdL"ftTb"kn dR omoac e I IC ess an . dC eqmre ore H. ht e1g1 Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3 .00 6 .00 B 2 .50 5.00 C 2 .00 4 .00 D 1.50 3.00 F 1.25 2 .50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60 °F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditio ns and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. ofresidual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic-tire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion . G. Lay-Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures . 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 9 s U!!!!este dM". m1mum M" Pl 1xture acement T emperature High-Temperature Minimum Placement Temperature Binder Grade (Before Enterine: Paver) PG 64 or lower 260°F PG70 270°F PG76 280°F PG 82 or higher 290°F H. Compaction. Use air void control unless ordinary compaction control is specified on the plans . Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers . The Engineer may require rolling with a trench roller on widened areas , in trenches, and in other limited areas. Allow the compacted pavement to cool to 160 °F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense-graded hot-mix asphalt to contain from 5% to 9% in-place air voids . Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic-tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in-place air void determination . The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F . Before drying to a · constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture . The Engineer will use the average air void content of the 2 cores to calculate the in-place air voids at the selected location. c. Air Voids Out of Range. If the in-place air void content in the compac ted mixture is below 5% or greater than 9%, change the produ ction and placement o perations to bring the in-place air void content within requirements . The Engineer may suspend production until the in-place air void content is brought to the required level, and may require a test section as described in Section 340.4.H.l.d, "Test Section." d. Test Section. Construct a test section of 1 lane-width and at most 0.2 mi . in length to demonstrate that compaction to between 5% and 9% in-place air voids can be obtained. Continue this procedure until a test section with 5% to 9% in-place air voids can be produced . The Engineer will allow only 2 test sections per day . When a test section producing satisfactory in-place air void content is placed, resume full production . 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved . Furnish at least 1 medium pneumatic-tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions . When such changes occ ur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications . When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least I ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing , fat spots, mat slippage, color, texture, roller marks, tears, gouges , streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected . At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture th at does not bond to the existing pavement or that has oth er surface irregularities identified above. J. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 340.5. Measurement. Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives . Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 340.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement'' will be paid for at the unit price bid for "Dense-Graded Hot-Mix Asphalt (Method)" of the type, surface aggregate classification, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are incorporated into pavement work approved by the Department. Pay adjustment for ride quality, when required, will be determined in accordance with Item 585, "Ride Quality for Pavement Surfaces." NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS. Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement. 300.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,000 psi at 28 days, unless shown otherwise in the contract documents. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to th~ mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown on the plans, free of burrs or deformations. Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars as shown on the plans. Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants." D. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, "Epoxies and Adhesives," .for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 300.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Portland Cement Concrete." Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self- propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete . Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recom.mendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture . Obtain approval to vary the length and width of the carpet to accommodate specific applications . Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in ., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted , in emergencies due to equipment breakdown . F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans . Provide standby power-driven concrete saws during concrete sawing operations . Provide adequate illumination for nighttime sawing . G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment w ith automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage . Maintain subgrade or base in a smooth, clean , compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations , if required . A. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans . Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1 /3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs . Tie all splices with wire. 2. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation , or other inadequacies, complete the work using manual methods. 8. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438 , "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic . When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross- section of the pavement. 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position. Accurately notch joint materials for the reinforcing steel. 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and qua li ty required for the pavement and of the section shown for the curb. Extend expansion joints through the curb . Construct curb joints at all transverse pavement joints. For non -monol ithic curbs , place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved . Form or saw the weakened plane joint across the f ull width of concrete pavement and through the monolithic curbs . C. Placing and Removing Forms. Use clean and oiled forms . Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection . Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary correct ions . Use a straightedge or other approved method to test the top of forms to ensure that the ride qua lity requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms . Repa ir damage result ing from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead fo r a transverse construction joint has been removed unless otherwise approved . When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in . of that depth are perm itted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less . D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete . Use agitated delivery equ ipment for concrete designed to have a slump of more than 5 in . Segregated concrete is subject to rejection . Place agitated concrete within 60 min. after batching. Place non-agitated concrete within 45 min . after batching . In hot weather or under cond itions causing quick setting of the concrete, times may be reduced by the Eng ineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed , consolidated , and finished w ithout the use of additional water. E. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in . at any point. Place the concrete as near as possible to its final location , and minimize segregation and rehandling . Where hand spreading is necessary, d istribute concrete using shovels . Do not use rakes or vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical v ibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolida.te the full wid th of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators . Do not operate machine-mounted vibrators while the paving equipment is stationary. 2. Temperature Restrictions. Place concrete that is between 40 °F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95 °F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period . Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propelled equipment. Use power-driven spreaders, power-driven vibrators, power- driven strike-off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing . Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in the contract documents. Check with the straightedge parallel to the centerline . 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system . Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied . Do not use evaporation retardant as a finishing aid. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has attained its initial set. Draw the ·carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal-tine device to obtain grooves spaced at 1 in ., approximately 3/16 in. deep, with a minimum depth of 1/8 in ., and approximately 1/12 in. wide . Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid . 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420 , "Concrete Structures," may be used when specified or approved . 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 min. after completing texturing operations. Apply the second coat within 30 min . after completing texturing operations . Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. H. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking . Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. I. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to Traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP -4 2 . AWARD OF CONTRACT ........................................................................................... SP -4 3 . PRECONSTRUCTION CONFERENCE ..................................................................... SP-4 4 . EXAMINATION OF SITE .......................................................................................... SP -4 5. BID SUBMITTAL ....................................................................................................... SP-5 6. WATER FOR CONSTRUCTION ................................................................................ SP -5 7. SANITARY FACILITIES FOR WORKMERS .............................................................. SP-5 8. PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................. SP -5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11 . WAGE RATES ..................................................................................................... , ..... SP-5 12. EXISTING UTILITIES ................................................................................................ SP -7 13 . PARKWAY CONSTRUCTION ................................................................................... SP-7 14 . MATERIAL STORAGE .............................................................................................. SP-7 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP -7 18 . EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-8 20. FINAL CLEAN UP .................................................................................................... SP-10 21 . CONTRACTOR 'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................................................................................... SP-10 22 . SUBSTITUTIONS ...................................................................................................... SP-13 23 . MECHAN ICS AND MATERIALSMEN 'S LIEN ........................................................... SP -13 24. WORK ORDER DELAY ........................................................................................... SP -13 25. CALENDAR DAYS .................................................................................................. SP-13 26 . RIGHT TO ABANDON ............................................................................................. SP-14 27 . CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29 . DELAYS ....................................................................................................... SP-14 30 . DETOURS AND BARRICADES ............................................................................... SP-14 31 . DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-15 32. QUALITY CONTROL TESTING .............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................. SP-16 34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36 . RIGHT TO AUDIT .................................................................................................... SP-16 37 . CONSTRUCTION STAKES ................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39 . EARLY WARN ING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18 Rev 12-3-09 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41 . 42 . 43 . 44. 45. 46 . 47 . 48. 49. 50. 51 . 52 . 53. 54 . 55. 56 . 57. 58. 59. 60. 61 . 62. 63. 64. 65. 66. 67. 68. 69. 70. 71 . 72 . PAY ITEM - PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM - PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- UNCLASSIFIED STREET EXCAVATION ....................................... SP-19 "REINFORCED CONCRETE PAVEMENT ................................. SP-19 SILICONE JOINT SEALING ........................................................... SP-19 7" CONCRETE CURB .................................................................... SP-23 RETAINING WALL ......................................................................... SP-24 REPLACE EXIST. CURB AND GUTTER. ....................................... SP-24 HMAC TRANSITION ...................................................................... SP-24 6" PIPE SUBDRAIN ........................................................................ SP-24 TRENCH SAFETY .......................................................................... SP-24 _" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ....................................................... SP-25 PAY ITEM - _" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ............................................................. SP-25 PAY ITEM-CONCRETE FLAT WORK (CURB, CURB & GUTTER, PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM - PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM - PAY ITEM - PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ................................................................................. SP-26 REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEELCHAIR RAMPS ..................... SP-27 REMOVE EXISTING CURB AND GUTTER ................................... SP-27 REMOVE EXISTING CURB INLET ................................................ SP-27 _" REINFORCED CONCRETE DRIVEWAY ................................. SP-27 REMOVE AND CONSTRUCT CONCRETE STEPS ....................... SP-27 4 ' STANDARD CONCRETE SIDEWALK, LEADWALKAND WHEELCHAIR RAMP .................................................................... SP-27 REMOVE AND REPLACE FENCE ................................................. SP-28 STANDARD 7 " CURB AND 18" GUTTER. ...................................... SP-28 REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUSSP-29 BORROW ....................................................................................... SP-29 CEMENT STABILIZATION ............................................................. SP-29 CEMENT ........................................................................................ SP-29 NEW_" CONCRETE VALLEY GUTTER ...................................... SP-29 STORM DRAIN INLETS ................................................................. SP-30 TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ...................................................................... SP-30 PAY ITEM-STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-30 PRE BID ITEM-PROJECT DESIGNATION SIGN ................................................... SP-32 PRE BID ITEM -UTILITY ADJUSTMENT ................................................................ SP-33 PRE BID ITEM -TOP SOIL ...................................................................................... SP-33 PRE Bl D ITEM -ADJUST WATER VAL VE BOX ...................................................... SP-33 Rev 12-3-09 SP-2 73 . 74. 75. 76 . 77 . 78 . 79 . 80. 81. 82 . 83. 84 . 85. 86. 87. 88. 89 . 90. 91. 92 . 93 . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents PRE BID ITEM - PRE BID ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON -PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON -PAY ITEM - MANHOLE ADJUSTMENT ....................................................... SP-34 ADJUST WATER METER BOX ................................................ SP-34 ACCEPTANCE OF CONCRETE PAVEMENT .......................... SP-34 CLEARING AND GRUBBING ................................................... SP-38 SPRINKLING FOR DUST CONTROL. ...................................... SP-38 PROTECTION OF TREES , PLANTS AND SOILS .................... SP-38 CONCRETE COLORED SURFACE ........................................ SP-38 PROJECT CLEAN-UP .............................................................. SP-39 PROJECT SCHEDULE ............................................................. SP-39 SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................... SP-4 1 NON -PAY ITEM -NOTIFICATION OF RESIDENTS ............................................. SP-42 NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM- NON -PAY ITEM - BEGINNING CONSTRUCTION ............................................... SP-42 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............ SP-42 WASHED ROCK ...................................................................... SP-43 SAW CUT OF EXISTING CONCRETE ...................................... SP-43 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ............................................................. SP-43 TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-44 SPRINKLER HEAD ADJUSTMENT .......................................... SP-44 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ... SP-44 TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ......................................................................... SP-44 PAY ITEM -TRAFFIC CONTROL ............................................................... SP-46 Rev 12-3-09 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2007 Critical Capital Project Council District 6 -Part I CITY PROJECT NO .: 00965 DOE No. 5919 Jennie Drive (Peggy Drive south to Duringer Rd.) Group 6B Peggy Drive (Duringer Road to Jennie Drive) Group 6B Indio Drive (Fargo Court to end) Group 6B Natchez Trace (Timber Drive to Rockdale Road) Group 6C Unit I Water Project No . P264-541200-606170096683 Unit I Sewer Project No. P-27 4-541200-706170096683 Unit 11 TPW Project No . C295-541200-206400096683 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following : and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work , contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. Rev 12-3-09 SP-4 Dur ing the construct ion of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. During construction of this project , the Contractor shall comply with present zon ing requi rements -- of the City of Fort Worth in the use of vacant property for storage purposes . 5. BID SUBMITTAL : Bidders shall submit a complete package , including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law and ). Failure to provide a comp lete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense . 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8 . PAYMENT : The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects , such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work , the cost of wh ich shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionab le matter required to be removed from with in the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsib i lities to the Public" of the "Standard Specifications for Street and Storm Drain Construction ". 11. WAGE RATES : Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are 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 Ci ty, pay to the City $60 for each worker employed for each Rev 12-3-09 SP-5 calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258 .023. Complaints of Violations and City Determination of Good Cause . On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons requ ired to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection . Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of 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 . Rev 12-3-09 SP-6 ·- The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor 's operations shall be at the Contractor's expense . 13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be requi red that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Directo r of the Transportation and Public Works Department. 14 . MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permission from the property owner. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures , improvements and ut ilit ies , which may be encountered . The ut ility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent , location and depth , they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from ev idences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are approximate . It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities . Final payment will be based upon fie ld measurements . The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but no t to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City 's Design Engineer and Architect , and their personnel at the Rev 12-3-09 SP-7 project site for Contractor's sole negligence . In add ition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense , the City , fts ·officers , servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees , subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City 's officers , servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a cla im for damages is outstand ing as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13 -A-21 through 12-A-29) prohibiting discrimination in employments practices . The Contractor shall post the required notice to that effect on the project site , and at his request, will be prov ided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qua li fied applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer . 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM , as applicable , must be submitted within fine (5) city bus iness days after bid opening . Failure to comply shall render the bid non-responsive . Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will Rev 12-3-09 SP-8 be grounds for termination of the contract and/or initiating action under appropriate federal, state , or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City 's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and, 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following : Rev 12-3-09 SP-9 a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . b . Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d . Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and R.OW . is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b . Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR 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. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation, independent Contractors, subcontractors , leasing companies , motor carriers , City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include Rev 12-3-09 SP-10 activities unrelated to the project, such as food/beverage vendors , office supply deliveries , and delivery of portable toilets . The Contractor shall provide coverage, based on proper reporting of classification -- codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor provid ing services on the project , for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental ent ity prior to be ing 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 provid ing services on a project , and provide to the governmental entity: (1) a certificate of coverage , prior to that person beginning work on the project , so the governmental ent ity will have on file certificates of coverage showing coverage for all persons provid ing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required cert ificates 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, with in ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h . The Contractor shall post on each project site a notice , in the text , form and manner prescribed by the Texas Worker's Compensation , informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage . i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : ( 1) Rev 12-3-09 provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , wh ich 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; SP-11 (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 cert ificate of coverage showi ng extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person w ith whom it contracts , and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project ; and {b) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail o r personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . j . By signing this contract or providing or causing to be provided a certificate of coverage , the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with 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. k . The Contractor's failure to comply w ith any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare Rev 12-3-09 SP-12 B. the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. - The Contractor shall post a notice on each project site informing all persons provid ing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text , without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons prov iding , hauling , or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified . Where the term "or equal ", or "or approved equal " is used, it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal " is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact , equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities , right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not Rev 12-3-09 SP-13 hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days. 26. RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth , Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. 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. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and ref erred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time , his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades . Rev 12-3-09 SP-14 Barricades , warning and detour signs shall conform to the St andard Specifications "Barriers and Warning and/or Detour Signs ," Item 524 and/or as shown on ·the plans . Construction signing and barricades shall conform with the latest version of the "Texas -- Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIL/F ILL MATERIAL: Prior to t he disposing of any spoil /fill material , the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to d ispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Admin istrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain wi t hout a permit. A flood plain perm it can be issued upon approval of necessary eng ineering stud ies . No fill permit is required if disposal sites are not in a flood plain . Approva l of the Contractor's disposal s ites shall be evidenced by a letter s igned by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Perm it authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit , including any necessary engineering studies , shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the adm inistrator approving the disposal site , upon notification by the Director of Transportation and Public Works , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the C ity and this section. 32 . QUALITY CONTROL TESTING : (a) The Contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along w ith 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 w ill 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 C ity . (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requ iring testing . The Contractor shall provide access and trench safety Rev 12-3-09 SP-15 system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are 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." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work with in six feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35 . WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work . 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall Rev 12-3-09 SP-16 have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , under the exp iration of three (3) years after final payment under the subcontract , have access to and the right to exam ine 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 duri ng normal working hours to all subcontractor facili t ies and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provis ions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended aud its . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City . The City agrees to reimburse Contractor for the cost of cop ies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc .), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, ma i ntain, transfer, etc ., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opin ion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost , destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense . No cla i ms for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . 38 . LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re -locate proposed new driveways and walks around existing trees to minimize damage to trees. 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of fa ilure to maintain the contract schedule, the following process shall be applicable: Rev 12-3-09 SP-17 The work progress on all construct ion 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 show ing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Transportation and Publ ic Works , 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 d iscretion , be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response , the appropriate City departments and directors will be notified. The Transportation and Public Works Department'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 noti fi ed appropriately . 40 . 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 Pollut ion Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Ai r Pollution Watch Days , the Contractor shall bear the responsib ility 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 beg in 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 Rev 12-3-09 SP-18 "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 . CONSTRUCTION 41 . PAY ITEM-UNCLASSIFIED STREET EXCAVATION : See Standard Specifications Item No. 106 , "Unclassified Street Excavation " for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 1 O percent , then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42. PAY ITEM -"REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement ," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work . (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. ( c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: Rev 12-3-09 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SP-19 SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied. 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method AS SUPPLIED Requirement **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED- Rev 12-3-09 Non Volatile Content , % min . Extrusion Rate, grams/minute Specific Gravity Skin-Over Time , minutes max. Cure Time, days Full Adhesion, days SP-20 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 L ASTM D 412 , Die ASTM D 3583 (Sect. 14 Mod .) ASTM C 719 ASTM D 3583 (Sect. 14 Mod .) ASTM D 3583 (Sect. 14 Mod .) Mod. Elongation, % min . Modulus @ 150% Elongation , ps i max. Movement, 10 cycles @ + 100/-50% Adhesion to Concrete , % Elongation min . Adhes ion to Asphalt, % Elongation min. 1400 9 No Failure 600 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details wi t h their respective dimensions . 3 . TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the ENGINEER with i n 12 hours of the pavement placement. (Note that for the "dummy" joi nts , the in itial 1 /4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immed iately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant , the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work . The minimum requirements for construction equipment shall be as follows: 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimens ions . 4.3 High Pressure Water Pump : The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal Rev 12-3-09 SP-21 of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4 . 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5 .1 General: The joint reservoir saw cutting, cleaning , bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. Rev 12-3-09 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. SP-22 Bond Breaker Rod and Tape: The bond breaker rod and tae shall -be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions . 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack:.free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . 6. WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City . Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation , delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. 44. PAY ITEM -7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . Rev 12-3-09 SP-23 If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 45 . PAY ITEM -RETAINING WALL : This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retain ing wall shall be constructed per City of Fort Worth Construction Standard Drawing No . S-M13 "Retaining Wall with Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not i mpacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed . Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST . CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equ ipment, tools and incidentals necessary to complete the work . 47. PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48. PAY ITEM - - 6" PIPE SUBDRAIN : No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. 49 . PAY ITEM-TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop , design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work " for the workman. Rev 12-3-09 SP-24 The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration , U.S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification . -- The Contractor shall , in addition , comply with all other applicable Federal , State and local rules , regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protect ion shall be measured by the linear foot of trench and paid at the un it price in the Proposal, which shall be total compensation for furnishing design , materials , tools , labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the ex isting ground to the bottom of the pipe . 50. PAY ITEM -" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION : See Standard Specifications Item No . 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" fo r specifications governing this item . Quantities for th is pay item are approximate and are given only to estab lish a unit price for the work . The price bid per square yard for "8 " THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work . The price bid per ton for "LIME FOR SUBGRADE STABILIZAT ION " as shown in the Proposal will be full payment for materials necessary to complete the work . 51 . PAY ITEM -" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3 " deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312. 7 'Construction To lerance ' shall apply except as modified herein : 1) After completion of each asphalt paving course , core tests will be made to determine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER . The thickness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than Yi of the roadway width . 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan th ickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base t hickness with surface course material. Rev 12-3-09 SP-25 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness . Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense . 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure : The Contractor is required to submit a Mix Design for both Type "B " and "D " asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon subm ittal 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 des ign 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 comp letion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb , curb and gutter, sidewalks , leadwalks , wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfill ing and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed , which includes backfilling and finished grading. Rev 12-3-09 SP-26 53 . PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks , driveways , steps , leadwalks and wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the ENGINEER , existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the ENGINEER. Measurement will be by the linear foot for curb and gutter, laydown curb removed , and for all labor, tools , and incidentals necessary to complete the job. 55. PAY ITEM -REMOVE EXISTING CURB INLET: This item shall include all labor , materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the ENGINEER. 56. PAY ITEM-"THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No . 504, "Concrete Sidewalks and Driveways" for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 57. PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No . 516 , "Concrete Steps " for specifications governing this item as well as details SM-3 . The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 58. PAY ITEM -4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the ENGINEER. Rev 12-3-09 SP-27 The Contractor shall not remove any regulatory sign, instruction sign , street name and sign or other sign which has been erected by the City . The Contractor shall contact -Signs and Marking Division , TPW (Phone 817-392-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions . "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 ." 59. PAY ITEM -REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission , neglect or misconduct of his agents , employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM -STANDARD 7" CURB AND 18 " GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsid iary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 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 . Rev 12-3-09 SP-28 61 . PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: - This item includes the removal and reconstruction of existing mailboxes , brick walls , flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction . When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM-BORROW: The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No . 200 sieve, a minimum of 85 percent passing the No . 4 sieve , and which are free of organics or other deleterious materials . When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec , as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill . 63. PAY ITEM-CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply . 64. PAY ITEM-CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply . 65 . PAY ITEM -NEW "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 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Rev 12-3-09 SP-29 The concrete shall be designed to ach ieve 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. 66 . PAY ITEM -STORM DRAIN INLETS : An alternative method of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method , he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable . The Pre-Cast construction must be equal or superior to the strength requirements for this item as set ou t in Item 444 , "Manholes and Inlets " and said construction shall be in compliance with all other requirements of Item 444 where applicable . 67 . PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled . The placing of fill shall be subsid iary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly . Unacceptable material shall be, but not limited to : rocks , concrete , asphalt , debris , etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT : As defined by Texas Commission on Environmenta l Qual ity (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES ) General Construction Permit is required for all construction activit ies that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Soil stabilization and structural practices have been se lected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual ). Not all of the structural controls discussed in the BMP Manual will necessa rily 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 me thods 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 Rev 12-3-09 SP-30 requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 appl ication fee (if ma i led) or $225 (if e--- filed). The NOi shall be mailed to : BY REGULAR U.S . MA IL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P .O . Box 13087 Austin , TX 78711 -3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin , TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : BY REGULAR U.S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin , TX 78711 -3087 BY OVERN IGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin , TX 78753 A copy of the NOi and NOT shall be sent to : City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth , TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SW PPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works . The selected Contractor shall be Rev 12-3-09 SP-31 provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ includ ing payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SW PPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to , silt fences, straw bale dikes, rock berms, diversion dikes , interceptor swales, sediment traps and basins, pipe slope drain, inlet protection , stabilized construction entrances , seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 69. PRE BID ITEM -PROJECT DESIGNATION SIGN : The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and Rev 12-3-09 SP-32 lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of · construction. The work, which includes the painting of the signs , installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 70 . PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner 's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" respons ibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72. PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. Rev 12-3-09 SP -33 73. PRE BID ITEM -MANHOLE ADJUSTMENT : This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No . 450 shall apply except as follows : Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound fo r sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 74. PRE BID ITEM-ADJUST WATER METER BOX: Th is item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes , which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows : A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness . 2 . Deficiencies of greater than 0 .25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or re j ection of reinforced concrete that is cracked is as follows : 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack -A crack that extends from any edge of slab or joint a d istance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet , or ; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or ; iii.) extends the full depth of the concrete slab , or; iv .) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2 . d. City Engineer -In the application of this policy , the City Engineer is the Director of the Department of Transportation and Public Works or his designee . Rev 12-3-09 SP -34 2. ACCEPTABLE PAVEMENT -NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1 ). No action is necessary and no routing and sealing is allowed. --- 4-+W PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable. The contractor has two options . Option No. 1 -The panel may be removed and replaced at contractor expense . Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack. If the crack has propagated then the crack is considered a structural crack . 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four ( 4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship, the panel must be removed and replaced by the Contractor at his own expense. (See Figure 2) Rev 12-3-09 SP-35 -- -m PLAN PROFILE Figure 2 -Full panel replacement is required. B. All concrete panels with any structural or major crack as defined above that is determined to be caused, primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense . (See Figures 3 and 4 below) PLAN PROFILE Figure 3 -Full panel replacement is required. PLAN PROALE Rev 12-3-09 SP-36 I I I I I L !- Figure 4 -Full panel replacement is reguired. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement ; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense. 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship. While cracks may be caused by a combination of factors , a primary cause can be determined. It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks, then the contractor shall remove and replace the panels that conta in the structural crack or cracks at no expense to the City. If cracks exist in the project , the City Engineer or his/her des ignee will make the determination if the crack is minor or structural. If the crack is structural , the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and Ci ty agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship , the concrete pavement will be removed and replaced at Contractor's entire expense . If the Contractor and City cannot agree as to the cause of a structural crack , the City may hire an independent geotechn ical engineer to perform test ing and analysis to determine the cause of the crack . The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The contractor and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship , the deficient conc r ete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship , the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn , the Rev 12-3-09 SP-37 Contractor's escrowed funds , as described above , will be released . 76 . NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment w ill be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM -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 incidental to this contract. 78 . NON-PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards, shrubs , trees , etc . shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number . Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City . To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 79 . NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER , meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. Rev 12-3-09 SP-38 80 . NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered 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 the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 81 . NON-PAY ITEM-PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e . file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules . A qualified Project Scheduler would have the following minimum capabilities and experience. a . Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. 81.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach Rev 12-3-09 SP-39 for performing the work . The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR'S first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and complet ion time . b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication , delivery and submittal activities are exceptions to this guideline. c . Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity . d. The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement, construction, pre-acceptance activities, and events in their logical sequence for equipment and materials . Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10 . Final inspection 11. Operational testing 81(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work Rev 12-3-09 SP-40 progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights _-- the following , if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted . 81 {c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 82. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following : Rev 12-3-09 SP-41 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements , and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 83. NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 84 . NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project , DOE No ., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City 's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electron ic version of the sample flyer can be obtained from the construction office at 817- 392-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 85. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Rev 12-3-09 SP-42 ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date,· and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 86. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed , crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T.M . Designation C-131 . 87. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H .M.A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item . 88. NON PAY ITEM -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 recycling process commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the 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 that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Rev 12-3-09 Company AT&T TXU ATMOS Energy Dig TESS Telephone Number 817-338-6275 1-800-233-2133 817-215-0366 880-344-8377 SP-43 Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilit ies , one traffic lane at a time within five (5)"working days after completing t he 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 recycling operation by the 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. 89. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . 90. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT : The adjustment and/or re location of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be prov ided. 91 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee for street use permits is in effect. In add ition, a separate fee for re-inspections for parkway construction , such as driveways, sidewalks , etc ., will be required. The fees are as follows : The street permit fee is $50 .00 per permit with payment due at the time of permit application . 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 perform ing 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. 92. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL {FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control cond itions created by his construction operations. The temporary measures shall include dikes , dames, berms, sediment basins , fiber mats, jute netting , temporary seeding , straw mulch , asphalt mulch, plastic line rs, rubble liners, baled-hay retards, dikes, slope drains and other devices. B . CONSTRUCTION REQUIRMENTS : The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erod ible-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 Rev 12-3-09 SP -44 course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the __ ENGINEER as necessary to control soil erosion . Temporary pollution-control measures - shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but 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. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 3 . 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. 4 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil -erosion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work . Rev 12-3-09 SP-45 93. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29 , 30 and 31 . Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P. E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "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 871-7738) to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign 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. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. Rev 12-3-09 SP-46 (To be printed on Contractor 's Letterhead) Date: ----- CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE 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 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 12-3-09 SP-47 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Fonn Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat WheeVfamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.0 I $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13 .27 $12.00 $13.63 $12.50 $13.56 $14 .50 $10 .61 $14.12 $18 .12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10 .65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12 .91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13 .57 $10 .09 4' -------------4' -----------------l 1-· •1·-C fORT WORTH 2 t-~- s~-~ 3" 3"-J Project Title ~1· a1" 2 Funding 3" 11" Contractor: 1 .. 2 21" Contractor's Name 2 2 11" 11 " Questions on this Project Call: 2 2 1" 11 " (817) 392 -XXXX 2 1" 11" After Hours Call: (817) 392 -XXXX 2 21" 2 R1 " TYP . FONTS: NOTES : FORT WORTH LOGO IN CHEL TING HAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS : FORT WORTH -PMS 288 • BLUE LONGHORNLOGO-PMS725 -BROWN LETTERING -PMS 288 -BLUE BACKGROUND -WHITE IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION " / LOGO AT CDR SIGN AND ENGRAVING , 631 1 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. BORDER -BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO . 1 - H DATE: EXISTING SUBGRADE (IF ANY) EXISTING CURB & GUTTER TRENCH REPAIR LIMITS NOTES: 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MIN IMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN . 2. PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-028 TRENCH REPAIR LIMITS NEW HMAC (SEE NOTE 4) NOTES: 1. CONCRETE BASE SHALL BE REPLACED TO ORIG INAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED . 3. REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE BASE IS REMOVED . 4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D " MIX) TO MATCH EXISTING GRADE AS SHOWN. CLASS 'A' REINFORCED CONCRETE BASE •;;,;,,ili"!'l'i=!dor--BACKFILL MATERIAL PER DETAIL WTR -029 (SEE NOTE 6) 5 . 2 : 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2 : 27 IS ADDED TO THE CLASS "A" CONCRETE. 6 . FLOWABLE FILL MAY BE REQU IRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED , A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 7 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS DATE : JULY 2009 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 EXISTING HMAC PAVEMENT NOTES: TRENCH REPAIR LIMITS 1. PLACE A MINIMUM OF 2 " HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMEN T GRADE AS SHOWN . 2 . PLACE COMPACTED FLE X BASE MATER IAL AS SHOWN . 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CONSTRUC TION MUS T BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SP.ECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-030 DITCH WALL NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB. EXISTING CONCRETE 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 2 . REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER . 3. PLACE 6" OF 2: 27 CONCRETE AS SHOWN . 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2: 27 CONCRETE. 4 . REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER . 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXISTING CURB & GUTIER DATE : JULY 2009 STR-031 ~I ::J I ~ 8S I a.. 0 0::: a.. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION 20" CURB PAVEMENT :::!: = ::, 0 :::!: 1-. z I") - :::!: WATER MAIN ON . OPPOSITE SIDE SERVICE LINE FOR l ~---]~~-------------_, ':---. "":\ \\ SERVICE LINE \: :\ \::\ ":-,.,. --..:, ,_ --- MATERIAL LIST WATER MA IN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE , 3" WIDE. 6" ABOVE GROUND © STANDARD CURB STOP & go· ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE : FEB . 2009 WTR-001A NOTE : PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED . WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I .J...--l... ---r.-.... I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 ,.__---+t------IF VAL VE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) n----MCKINLEY IRON AND STEEL CO., NO. YBS THREE 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 COLLAR CONFIGURATION FOR PAVED AREA ... COLLAR CONFIGURATION FOR UNPAVED AREA A L 4000 PSI CONCRETE 2'-0" ..... ~-~ ... ~--~~~~ ... ;·,·;. · . .... , · ... " }\· ~ . .(\ ,· ~--·:.\.-: 8-#4 REBARS TYP. j/~\:;/}:\t j\}X\f ~;·:_/1 (;":)L·;?}.f<_::.·/:;~ :· 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 SECTION A-A CITY OF FORT WORTH, TEXAS GATE VALVE CONCRETE COLLAR CD A J 3" TYP . 0 I N ~" CHAMFER (TYP .) V) V)';' wz ~SE u. i:i:o f-'--' n:: Vl <{ I:!::! ...J n:: ...J <{ 0> u REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR . DATE : FEB . 2009 WTR-004 CONCRETE-....-. BLOCKING +--',.'llr+-- EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J ANCHOR TEE OR M.J . ANCHOR COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB CONCRETE BLOCKING FIRE HYDRANT EXERCISE CARE TO A VOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE ! . :~\';:/? ::::~;:t~{:.)i~:; DEPT. z :E 6" M.J. GATE VALVE ......, 6" FIRE HYDRANT <-f LEAD LINE ;.., FIRE HYDRANT TO BE SET PLUMB BREAKER RING w/ BREAKER STEM PARKWAY t-11...;=;=;,--EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY ~--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE _ _.._.I+--_x;~~-CONCRETE BLOCKING ,,__.,,...,......,~CONCRETE REST ~~ 12"x12"x6" CONCRETE BLOCKING BOTTOM 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 , ___ + ----+-*+-------+--- 90" BEND, ROTA TE DOWN OR UP AS NECESSARY NOTE : PROVIDE VERTICAL TIE DOWN BLOCK AS NECESSARY go · BEND , ROTATE AS NECESSARY >KC---RESTRAINED GATE VALVE ,__ __ RING CONNECTION LEAD SAME SIZE AS SMALLER MA IN 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 SLEEVE 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 N ECESSARY OR REQUIRED DATE : FEB . 2009 WTR-007 I-"E" NOTE : BEARING AREAS SHOWN ARE BASED ON 150 P .S.I.G TEST PRESSURE AND 3000 P .S.F. SOIL BEARING VALUE. TEE X 3000 PSI CONCRETE (TYP .) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "X " 11 .25· 22.5" 45· go· SIZE (FT.) "A" MIN . MAX "B" MIN. MAX "C" MIN . MAX "D" MIN . AREA VO L AREA VOL AREA VOL AREA 4 • 1.0 0 .90 0.80 0.05 0 .95 0 .90 0 .05 0 .95 0 .90 0 .05 0.91 0 .82 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 .1 0 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 DIMENS ION SHOWN . E1-20 MATER IAL E2-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS HORIZONTAL BLOCKING TEE & PLUG UEU MIN . MAX AREA VOL 1.16 0 .58 0 .05 1.19 1.41 0 .05 1.57 2.46 0 .10 1.99 3.98 0 .15 2 .38 5 .56 0 .20 3 .16 10.00 0 .50 3 .94 15.55 0 .75 4 .76 22.60 1.05 5 .91 35.33 2 .10 7 .20 51 .00 2 .95 8 .30 69.00 4 .75 9 .50 90.03 6 .15 10 .70 115 .00 12.00 DATE : FEB . 2009 WTR-008 3000 PSI CONCRETE BELL-BELL BEND TRENCH WIDTH : 1. PIPE 24" 1.0 . AND SMALLER = 24" OR 0.0 . + 12" WHICHEVER IS GREATER . 2. PIPE LARGER THAN 24" = O.D. OF PIPE + 18". 3 . CRADLE SHALL EXTEND A MIN . OF 6" BEYOND EACH SIDE OF PIPE. ---~--J_ 11'-o"I . --1TYP .I 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 MATERIAL E2-20 CONSTRUCTION M.J.-M.J. BEND MECHANICAL JOINT MAIN --------ct-- ~ TYP. BELL AND SPIGOT JOINT CITY OF FORT WORTH , TEXAS CONCRETE CRADLE NOTE: WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED . DATE : FEB . 2009 WTR-009 L EXISTING SEWER LIN E -==i==] PROPOSED WATER MAIN G) VARIABLE TRENCH WIDTH. PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, (REF . E2-2 .16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION . A MIN IMUM BEARING OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH . SEWER LINES LESS THAN TWELVE INCHES (12") IN DIAMETER SHALL BE REPLACED WITH CLASS 150 CAST IRON PIPE. THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COATING A.W .W.A. C-900 , CONCRETE PIPE OR SDR-26 , AS DIRECTED BY THE ENGINEER , SHALL BE MADE WITH URETHAN E 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 ( 18 "). El-7 MA TERI AL E2-2 CONSTRUCTION CITY OF FORT WORTH , TEXAS SANITARY SEWER PIPE REPLACEMENT DATE : FEB . 2009 WTR-018 : c.o EXISTING SURFACE EXISTING SEWER LINE 12" C/C TYP. PROPOSED WATER MAIN 1-'2" TYP. lr'" T'!I'. • c.o t 3" TYP. 1~" TYP. #6 GAUGE WELDED WIRE MESH, LENGTH OF ENCASEMENT MINUS 3" OUTSIDE DIAMETER OF BELL 3" TYP. 6" C/C TYP. 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. 0 CLASS 'B' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12") DIAMETER AND LARGER. SEWER LINES LESS THAN TWELVE INCHES (12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT. DATE: FEB. 2009 E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE TRENCH CROSSING WTR-019 ------------------------------- G) @ ® ® (J) NOTES : 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C . THREAD. 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND FLANGE A TT ACHED 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 RATING OF PIPE. 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 EXTEND PIPE RISER __ .,, ABOVE GROUND LEVEL 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 EXTEND PIPE RISER ---,, ABOVE GROUND LEVEL 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 IF , i , ---ii COVER SECII ON 12 ~ .. [327mm] *" LETTERING (RECESSED FLUSH) 11 %" 1 ~ .. I ·[289mm]" I SJ I 9 ~ .. I ~ 12" [251mmj [305mm] ~_j_ [ 476mm] BOX SECTION %" [16mm] I· I- I· 18" 20" [508mm] 18 ,r [ 464mm] 16 14" [ 425mm] 21" [533mm] 24" [610mm] ·I -I -1 BOX SECTION 1 )f'R [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY . CITY OF FORT WORTH , TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR%" & 1" METERS DATE : FEB . 2009 WTR-026 MINIMUM 6" INITIAL------,-+-++:-:t~-~ BACKFILL COVER MINIMUM 6 " ---.......,,;:~:.,,;,.:i.. EMBEDMENT WATER: ------11-+--,-,--lYPE "C BACKFILL SEE SPEC . E1 -2 .4 G.C .D. ,_;:~~-SAND MATERIAL EMBEDMEN T & INITIAL BACKFILL SEE SPEC . E1 -2 .3 G.C .D. lYPE "C" BACKFILL SEE SPEC . E1 -2.4 G.C .D. FILTER FABRIC - SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL. CRUSHED STONE MINIMUM 6 " --t==!-Jlr¥=;z~~~n'Y""F SEE SPEC . E1 -2 .3 EMBEDMENT G.C .D. WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES NOTE : SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY . SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P .I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE 1 .. ~ .. %" #4 #8 RETAINED 0-10 40-75 55-90 90-100 95-100 MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND 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------<11..a 2 " GAL V. PIPE TO F.H. OUTLET FOR TEMP ---WATER SUPPLY. TEMP . SERVICE 2 " GAL V. PIPE i-1---EXISTING METER VAULT. SEE DETAIL WTR-031 FOR TEMP . SERVICE CONNECTION . 1Mt---1---TEMP . SERVI CE 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 2 " GAL V. PIPE 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. EXISTING COPPER SERVICE LINE 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 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN -009 WITH "SEWER " CAST IN LI D. : ...---. 0 . I ~ n 2.- 2 COATS OF Bl TU MASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. (REF. E2-14) REFER TO SAN-009 TRENCH WIDTH CONC . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP.) * * VARIES WI TH PIPE DIA. r + l SECTION A-A A _,.~--------i GROUT 1':':·, .... :·:=- 1------1.:: .I. ...... .. ,: .. :· •.-'I.·. \':·. :·:!':. A : z <D -:::i: T : z <X) -:::i: USE 4000 PSI CONCRETE t E1-14 MATERIAL E2-14 CONSTRUCTION G) 4' DIA. FOR SEWER PIPE UP TO 21 " DI A. 5' DIA. FOR SEWER PIPE 24" TO 36 " DIA. CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER MANHOLE ,-: ~ . .... ·. SECTION 8-8 DATE : FEB . 2009 SAN-003 USE SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTIRUCTION Cl:'. w t--w ::'.:!: <( 0 w _J CD <( ~ <( > MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . / I . 30" CLEAR . I r-OPENING --i APPL Y INTER IOR CORROSION PROTECTION AS REQUIRED . f-3 " INSTALL NUTS AWAY FROM M.H. WALL ON M.J. FITTING COR -TEN BOLTS 4'-0" G) ~--APPLY 2 COATS OF BITUMASTIC COATING CONCRETE -SEE STANDARD 4 ' DIA . M.H. DETAIL SAN -003 IF REQUIRED, PROVIDE STUB EXTENSION AT END OF P.E. IN M.H. WALL GROUTED INVERT- O-d',~i-------t>'--r7t--VERTICAL TO USE 4000 PSI CONCRETE T * POINT OF PIPE G) 4 ' DIA . FOR SEWER PIPE UP TO 21 " DIA . 5' DIA. FOR SEWER PIPE 24" TO 36" DIA . CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE 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. 8 . 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 SIM ILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION . CONCRETE SLAB E1-14 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 ci= <( > DRILLED HOLE (CORED) E1 -14 MATERIAL E2-14 CONSTRUCTION 0::: w ~I <( _J 0::: 0 :q. N NOTES : MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . MANHOLE FRAME, COVER , GRADE RINGS AND CONCRETE COLLAR PER SAN -009 WITH "SEWER" CAST IN LID . SEE STANDARD 4'-..-, DIA . MANHOLE DETAIL SAN-003 10' MIN . APPLY 2 COATS OF BITUMASTIC COATING ' . ..... : .. ,, •.. 1,..,_ ~ ~ :.: 1. SLOPE OF INTERCONNECTING PIPE TO BE NOT LESS THAN 1 % .... · .. " 2 . FITTING WILL BE DUCTILE IRON W/ MECHANICAL JOINT 3 . IF BEND IS USED , BEND SHALL NOT EXCEED 22.5" SDR-26 GROUT ,··~·· ...... ..... ' ...... , ", : .. :· •,'., \':· :~~.:. ;_.·.·· .. L ATERAL LINE SDR-26 BELL (RAM-NEK AROUND TAP) I 8 " OR LARGER CITY OF FORT WORTH , TEXAS OFFSET MANHOLE TO SEWER MAIN LARGER THAN 24" DATE : FEB . 2009 SAN-007 / 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 --~ CONCRETE 8 -#4 REBARS TYP . G) 2 " X 8 " X 30" 1.0 . CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTIOM OF CONCRETE COLLAR . E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION © s'-o" SECTION A-A WHERE MANHOLES ARE IN THE STREET, INST ALL 2 OR MORE GRADE RINGS , AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMEN T. HINGED LIDS IN STALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . CITY OF FORT WORTH , TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR A J 0 I in CHAMFER (TYP .) GROUND CONCRETE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO STD . PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV . AND WHERE SPECIFIED ON PLANS. DATE : OCT. 2009 SAN-009 8 l PLAN VIEW x <( ~ 12" MIN. N #3 DOWEL 8 J 10"R ~ I.D . SECTION A-A ~ -----,-,-- ~;ll- SECTION 8-8 NOTE : DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH . CITY OF FORT WORTH, TEXAS HYDRAULIC SLIDE DATE : FEB . 2009 SAN-010 FOR NEW --~~~-, DEVELOPMENT **CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP COLD JOINT REQUIRED CAP RI SER 1 ' _._.......,='-LJJ,....a-..::.::::..........._ 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 REPA IR SLEEVES . THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . 3 . SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT . CONCRETE COLLAR (PLAN VIEW) BELOW GRADE . (CAST IRON) MARK w/RED VINYL TAPE, ~;;,.;;i...--BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3 ,000 PSI MIX . FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . 3 " WIDE & 6 " ABOVE GROUND PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc., Information Subject To Change . DESCRIPTION YlElfiliI PART NO. H.D.P .E. Lateral Cleanout w/S .S. Bolts and C.I. Lid . Xz" SS BOLTS \ 1.5"l ~CAST IRON ~--~ORING T 7.5" l_ H.D.P.E. P.V.C. RISER NATIVE TOPSOIL COMPACTED TO 957. STANDARD PROCTOR DENSITY 4" STACK (PVC) SDR-35 OR SOR-26 SERVICE SLOPE-VARIES 2% MIN. ' SEWER MAIN CAST IRON CLEANOUT LID . SIDEWALK STREET PROPERTY LINE {CURB ' H.D.P.E. CLEANOUT BOOT w/CAST IRON LID FOR NON-PAVED AREAS CITY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FOR NON-PAVED AREAS DATE: FEB . 2010 SAN-011 CLEANOUT NOTES ••CITY OF FORT WORTH CLEANOUT w/ CAST IRON CAP 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL . COLD JOINT REQUIRED 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 . FOR NEW -~~:!.;.;;..i,..;f"--f" DEVELOPMENT CAP RI SER 1 ' -'-......:""'""'-Lil,....._""""'""-"'...._ DOUBLE BAND STAINLESS STEEL COUPLING 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 MARK w/RED PAVED AREA ~-N~D?:\ .. (PLAN VIEW) ABOVE GROUND FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . I I.!:: { \t/:i /~ :;-:\: ~ 6" MIN . PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc., Information Subject To Change . DESCRIPTION ~ PART NO. Cast Iron Lateral Cleanout W/ SS Bolts and Coupling T 7 .5" L 18 lbs ATL-424 CAST IRON NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (IRON) TWO WAY CLEANOUT TEE SDR-35 DR SDR-26 SERVICE SLOPE-VARIES 2X MIN . ' SEWER MAIN DRIVEWAY SIDEWALK 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 : FEB . 2010 SAN-011A EXISTING SURFACE CD BACKFILL AS APPROPRIATE 6" MIN . DIMENSION . 6" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. 6" MIN . DIMENSION. MAX . FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, g• ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 4" MIN . DIMENSION. 4• MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. G) CLASS 'E' (1500 PSI) CONCRETE. E1-7 MATERIAL E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE : FEB. 2009 SAN-020 FINISH GRADE SEWER PIPE PLUG 15' MIN. STACK A L ,~ 0:: ::J olr-· z 3:: w ·1~ qw 0:: V) <{ w -~~:IST. SERVICE LINE 6" MIN . AT BOTIOM ONLY 45· BEND TYPE "C " OR "B" BACKFILL ~~~=t+t---NEW SANITARY SEWER LINE WITH STANDARD EMBEDMENT PER DETAIL WTR-030 NOTE : TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MA TERI AL OR AS DIRECTED BY ENGINEER . SECTION A-A PLAN CITY OF FORT WORTH, TEXAS CHIMNEY SERVICE A ~=====-n-J DATE : FEB . 2009 SAN-012 , .. 2· ·I EX ISTING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH ----..-,...::11,,.--;;:1-~,,. = PIPE DIA. + 1' , .. TRENCf! 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 SUBGRADE (IF ANY) EXISTING CURB & GUTTER NOTES: TRENCH REPAIR LIMITS ~-'-"i=t:;---BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE 3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN . 2. PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN . 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENTASPHALTPAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-028 TRENCH REPAIR LIMITS NEW HMAC (SEE NOTE 4) EXISTING SUBGRADE (IF ANY) NOTES: 1. CONCRETE BASE SHALL BE REPLACED TO OR IGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREA TER . 2 . IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SP LI CE DISTANCE OF 12 " SHALL BE PROVIDED. 3 . REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN , IN THE EVENT NON-REINFORCED CONCRETE BASE IS REMOVED . 4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE OR IGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D " MIX) TO MATCH EXISTING GRADE AS SHOWN . CLASS 'A' REINFORCED CONCRETE BASE :;;w+i"i"'f!!.!""!--BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE 6) 5 . 2 : 27 CONCRETE MA Y BE DELETED IF HALF THE SPEC IFIED THIC KNESS OF 2 : 27 IS ADDED TO THE CLASS "A " CONCRETE . 6 . FLOWABLE FILL MAY BE REQU IRED TO BACKF ILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 7 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPEC IFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH , TEXAS DATE: JULY 2009 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 EXISTING CURB & GUTTER TRENCH REPAIR LIMITS NOTES: 1. PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX ) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN . 2 . PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN . 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED , A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE: JULY 2009 STR-030 EXISTING SUBGRADE (IF ANY) 5' MIN . NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . EXISTING CONCRETE JOINT ·~=t-t--BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE 1) 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER . 3 . PLACE 6" OF 2: 27 CONCRETE AS SHOWN . 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2: 27 CONCRETE. 4 . REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER . 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXISTING CURB & GUTTER DATE : JULY 2009 STR-031 s'-o" a" 'l 2"CLUR-~-~ TYP. 2"SCH.40 PVC WEEP HO\sES AT 10°-0' OC SIDEWALK SLOPE AT 1/400/FOOT I =r-~...,_-'---'---·-..-.:: N0.3AT 12"ocaw •• 2. COMPACT SUBGRADE TO 95 •1. STD. PROCTOR. L PAY PER CUBIC YARD. 1'-011 l SCALE' 3/4"a: 1° RETAINING WALL WITH . SIDEWALK IICVIIEO t/17/11 J..A.N./W.lt.tl~ EFW/WAM CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING NO. S-Ml3 DATE: JULY 1914 . ' ' ' 8" B l USE #3 BARS X 3'-2" 0 22" O.C., UNLESS CONNECTING TO PAVEMENT, THEN USE #3 BARS X 5'-3" @ 22" O.C. 3,f' CHAMFER 3'-0" 24" ' r-- A~ A=:_J PLAN VIEW #3 BARS O 12" 0.C. (REAR FACE, REAR WALL) #3 B ARS O 18" 0 .C. (NEAR FACE, REAR WALL) 8"f- NOTES: 1. DI MENSION "D" (DEPTH) FOR ALL STANDARD 1 O' INLETS SH ALL BE 4'-0" AT THE UPPER END AND 4'-8" AT THE OUTLET END (MEASURED FROM THE TO P OF CURB). FOR NON-STAN DAR D INLETS THE DE P TH WI LL BE SH OWN ON THE PLANS . 2 . DIMENSION "A" SHALL BE THE GUTTER DIMENSION IN USE ON THE PROJECT. (2) #4 BARS X 15' -9" 3 . IF MANHOLE DEPTH IS OVER 5'-0", STEPS WILL BE REQUIRED AND SHALL BE CONSTRUCTED PER DRAWING SD-013. B A (SEE NOTE 2) J 4 . GUTIER CONSTRUCTION IN FRONT OF INLET (AS SHOWN) IS TO BE CONS IDERED AS PART OF SAME. 5 . ALL EXPOSED SURFACES ARE TO BE WEL L FINISHED . EXCAVATION FOR INLET IS TO BE INCLUDED IN PRICE BID FOR SAME. #3 BARS @ 18" 0 .C. (FRONT FACE, FRONT WALL) A , • -0" ---------VARIES (SEE FACE OF CURB #3 BAR X 15'-.9" RADIUS AND- SLOPE AS STD . CURB NOTE 2) . r-- TOP OF CURB END OF INLET TO BE NEAR CURB CORNER 7" GRADE OF GUTIER AT INLET C/L 00 1 O' -0" OPEN ING PAY LIMIT OF INLET ELEVATION VIEW 3'-0" STD . CURB AND GUTTER -#3 BARS BENT INTO WALL ~ ~ a 0 z (/) w w w o2 e <( > 8" . ID TOP OF GUTIER \ 2 •• TOP OF CURB~ OU TSIDE EDGE \ : _ I ~ ] ( _l_ 'a:i -I == --l------=+ I - #4 BARS AT 8" O.C . ~ BOTH WAYS 1"x4" KEYWAY--- OR #3 L-BAR @ 3'-4 8" O.C. IN LIEU OF KEYWAY T SECTION A-A CITY OF FORT WORT H, T EXAS STANDARD 1 O' STORM DRAIN INLET REV IS ED DATE: 11-2 009 DATE : 06-2007 SD-001 10'-3" (FOR 1 O' INLET) 2" X 8" X 10'-3" 2" X 8" X 2'-3" WOOD TIES 12" (TYP.) 8 (TYP. 3) J_ WOOD PLANKS ~-~---\---..-.....,___ __ _,_,__, ~ 2" (TYP .) J 2" (TYP.) J A Ir, 11 I L tt:t::t=:==t::~=tt:::::t::t::=_-:::=::::::._ -:::=::::::._ -:::=::::::._ ::::ttlJ i-r> I N I 1 2 14" SPACE --JI--2" (TYP .) 8 WOOD GRATE 2" X 4" X 1'-11" WOOD TIES (TYP. 2) 2" X 8" X 10'-3" ,, K:2" X 8" X 2'-3" 2 ---f--WOOD TIES r WOOD PLANKS c::::J~2" X 4 " X 1'-11"~ l--" WOOD Tl ES -1 2 (TYP . 3) (TYP . 2) 4'-9 3,4'' ------------7 ~ .. 10'-3" SECTION A-A 2" x 8" WOOD PLANK BEND REINFORCING BARS DOWN TO HOLD WOOD GRATE IN PLACE z oO ~G i-r) I ::J ~. t5~ ,~ <( VJ 1-Z VJO u z W WO _J 6G CD I ::J <( w a::: 0:: <.:> I- <( <( VJ > t,;5 u 1" x 4" KEYWAY (TYP. 4) 2" X 4" WOOD TIE 2'-0" NOTES : 1. THE TWO-STAGE CONSTRUCTION SHALL BE USED WHEN DENOTED ON THE PROJECT PLANS, OR WHEN DIRECTED BY THE ENGINEER . THIS SHALL BE A SUBSIDIARY ITEM TO THE PROJECT CONTRACT. 2. THE WOOD GRATE SHALL BE MADE OF NEW, NO . 2 YELLOW PINE LUMBER, OR MATERIAL APPROVED BY THE ENGINEER . ROUGH LUMBER MAY BE USED . 3 . THE 2" x 4" WOOD TIES SHALL BE CONNECTED TO EACH PLANK WITH (4) 16d NAILS . THE 2 x 8 WOOD TIES SHALL BE CONNECTED TO EACH PLANK WITH AT LEAST FOUR 16d NAILS. ALL NAILS TO BE CEMENT COATED. 4. THE REINFORCING STEEL USED FOR THE FIRST STAGE SHALL BE BILLET-STEEL DEFORMED BARS, INTERMEDIATE GRADE, ASTM DESIGNATION A-15-57T. SECTION 8-8 5 . SEE STANDARD INLET CONSTRUCTION DETAIL FOR FINISHED INLET DETAILS (SD-001 ). CITY OF FORT WORTH, TEXAS TWO-STAGE CONSTRUCTED CURB INLET REVISED DATE : 11-2009 DATE : 06-2007 SD-005 . QJ ':..i-. 0 I I (!) in 3-114 BARS , AS SHOWN 'oo CITY STANDARD MANHOLE FRAME AND COVER MORTAR COVER ONE OR MORE C.I. MANHOLE STEPS COURSES 2 ~" AT 12"-12" SPREAD VITR IFIED BRICK STAGGERED (REINF . BARS F-114 6'-4" 5'-0" 8"~-------8" PLAN VIEW BARS T 115 BARS C 8" O.C .B.W. HOOKE D AT EACH END 5-114 x 9" B ARS TO BIND BR ICK TO TOP SLAB 8" 2 W TYPICAL---j f---- TY PICA L CORNER DETAIL PLAN VIEW tNI.E.S; 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQU IREMENTS OF CITY OF FOR T WORTH STANDARD SPECIFIC A TIONS FOR STANDAR D CONCRETE MAN HOLES . 2 . LAYERS OF REINFORCING STEEL NEAREST TH E INTER IO R AND EXTERIOR SURFACE SHALL H AVE A COVER OF 2 " TO THE CENTER OF BAR S, UNLESS OTHERWISE NOTED . 3 . EXCAVA TI ON FOR MANHOLE TO BE INCLUDED IN THE UNITS PRICE BID FOR MAN HOLE. ---BARS C BARS E--- 114 BARS C 18" OUTSID E FACE _ ___.__._ ___ ..___ 114 BARS C 18" INS IDE FACE BARS 0--__........_..._ PLASTIC STEPS MAY 1----.:::.:BAc.::.R:..::Sc...:Ac.:..T'---'-'18::...." __ ~a!:=, BE USED) 115 BARS C B" O.C.B .W. VERTICAL BARS 114 BARS AT 18 " (IF WALL HEIGHT IS OVER 6' US E STEEL REBAR SPACER S) I:!! 0 z #4 BARS C 18" ..LJ..L..I....L._,_-'--,'----'-_...._..,_ll...L OUTSIDE FACE TOP OF PIPE 115 BAR S C ---- 8 " O.C.B .W. l''x4" KE Y OR 114 B ARS C B" C-C IN LIEU OF KEYWAY SECTION B-B SL OPE 3,a" TO DRAIN w w V) _jJfe:::::Je::::::le::l::::tt.i!::+---t--114 DOWEL S C NOTE : DEP TH "D" SHALL BE SHO WN ON STORM DR AIN PLAN AND PROFILE SHEETS . SECTION A-A CITY OF FORT WORTH , TEXAS STANDARD 5' SQUARE MANHOLE 18" ALL ARO UND EXCEPT IN WAY OF PIPE NOTE: SLOPE INVERT OF M.H. AS IND ICATED ON PLAN & PROFILE SHEET . DAT E : 06-2007 50-007 1/4 1.0. (LARGE PIPE) 1/8 CIRCUMFERENCE (TYP .) ------1/4 1.0 . (LARGE PIPE) 0 .0. (LARGE PIPE) + 1'-0" • • J ~/ • 3" (TYP .) w Q. a: wo c.., I 0:: • <( ~ .:=-+ c::i c:i #3 BARS BENT AS SHOWN 0 c::i • #3 BARS @ 14" 0 .C. ( CIRCUMFERENTIAL) g" 1'-6" • g" 1-----1- 1 I I SECTION A-A CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE COLLAR DATE : 06-2007 SD-011 MANHOLE FRAME & COVER SHOWN, (NEENAH R-1688 OR EQUAL 280 LBS .) FOR INLET, COVER MAY BE 20" (NEENAH R-1737 OR EQUAL, 185 LBS.) C, PLAN OF FRAME SECTION C-C SECTION B-8 14" CORRUGATION CITY OF FORT WORTH, TEXAS STANDARD CAST IRON FRAME & COVER DATE : 06-2007 SD-012 A L lD NOTE: AL TERNA TE DESIGNS MAY BE SUBMITIED FOR APPROVAL BY THE ENGINEER . L.. ~6" _·1· 5 ~.. ·1W 1" 111 1" , .. ·\· ·\· .. , 1/\ /\ /\ /\ ~ SECTION A-A 12" 6" 5 1,2" lD 3 1-2" 7" .-----~ 3,f .------------.l PLAN VIEW 1,a" 1_ 1 6 1 CITY OF FORT WORTH , TEXAS CAST IRON MANHOLE STEPS A J DATE : 06-2007 SD-013 ~· ,n\n•..-· St1tt•d i.•ndln',I Plantlng or other non-walklng aurlace lf dropoHI, not protected DETECTABLE WARNINGS GENERAL NOTES FOR DETECTABLE WARNINGS ON SIDEWALK RAMPS (CURB RAMPS) 1. Cu rb ramp, muat contain, detectable warn ing aurtace tha t con1 i1t1 of ra lud truncatad domH comp tylng wllh S1ction -4 .211 of th• TtxH Aeeen ibUity Standant1 {TAS). Tht surface muat contr11t vitually with ad joining 1urfac11, including aide nar11 . Furniah dark brown or dark red delectable w,rn ing surface adjacent to uncolored conuete , unl111 spec ified elsewhere in the plan,. 2. Det,clablt warn ing 1urface1 mu,t be allp r11 !1t1nt and not allow water to accumulate . 3. Align truncated domH in the direction of pedutrian travel when ente rin g the street. 4. Shaded area, indicate th, approx imate location for the det,ct,bl• warn ing aurface lor uch curt> ramp type . 5. Detectab le warn ing surface, shall be a minimum of 24' In depth in the direction ol ped11trian travel , and extend the full width of the curt, ramp or landin g where the pedestrian acce11 route enlera the atreel. 8. Delectable warn ing 1urface1 ahall be localed 10 that the edge nurut the curt lin e la a minimum 016• ind a max imum of s· from the extenaion of th, face of curb . Detectable warn ing aurfaces may be curved along the corner radius . 7. The fol1 ow lng is an approved list of C11t -ln-Pl1ce Detectable Warning Materia ls and their manufacturers : 71 . Armor Tile (vitrlned polymer composite) by Engineered Plutic,, Int., Wl !ll amavllle, NY . ! f Jl•"''' .. S1d1t11r1 (Tiplca lJ ~==L:'.J~=::;::'l= DETAIL "A" 01not11 pt,n!lng or non·w•lt!n" •wrf•c•:~·,· Facaof curb Oaltctablt WARNING SURFACE COMBINATION CURB RAMPS 7b . Tactile Pavera (fired clay p1ver1) by Pine Hall Brick ; Winston-Salem , NC . ··~ PERPENDICULAR CURB RAMP WITH IIOf fLAAEI NO T ADJACENT TO WALK IUAfACf PLACE EXPANSION JOINT AT 8ACK OF CURB LINE OR AT SIDEWALK LINE RE INFORCEMENT AS IN ADJACENT CURB AND GUTIER RAMP 4'x4' SLOPE 1°·12• LANDING ~ c ~~ ~A:0· SECTION 0 -0 LINE (TYP ICAL II.AMP SECTIO N) ~.'.l,.~,.-V.,.\F SECTION E-E 3• ~:-:eo CONTRACTION ~ JOINT (TYP .J }1S .. · .. l L··f EXIST IN PAVEMENT SECTION F·F PERPENDICULLAR CURB RAMP (RETURNED CURB) :or j Sidawalt NOTE: USE ONLY ON RESIDENTIAL TY PE STREETS DIAGONAL CURB RAMP (RETURNED CURB) Perpend icular to the Ta nga nt ol ltla C1,1rt, Radl1,11 and Conta ined In Cro uwalk COMBINATION CURB RAMPS R1mp Limit• of P1ym1 nt TYPICAL SYMBOL 0 ALL RAMPS/LANDINGS r OSSWAL.\ FLUSH LANDING CROSSWALK =-\ NOTE: use ONLY ON RESIDENTIAL TYPE STREETS DIAGONAL CURB RAMP (FLARED SIDES) 7c . Detectab le Warn ing Paver (fired clay paver,) by Western Brick Co ., Houaton , Tx . NOTE: ALL RAMPS ARE M IN. 4' WICE . PERPENDICULAR RAMP@ FLUSH LANDING Allgnc1,1t bp1rallel with crouwalt CUT THROUGH AT MEDIAN ISLANDS SECTION H-H (TY PICA L RAMP SECTION) a. The 1bove Uat ol Deteclable Warn ing Materia ls or th1ir approved 1qual 1hall be used u tha Detectab le Warning 1urf1ct on sidewa lk (curb) ramp, u ahown on the plan, and ordeta i11onthi11heet. SIDEWALK RAMP (CURB RAMP) GENERAL NOTES 1. All ,lope, ue mu:lmum allowable. The l•a•t poHlbl• alope that w ill atill drain property 1hould be uaed. AdJu•t curb ramp length or grade of epproach 1ldawalk1 •• d irected . 2 . The minimum aldewalk width 1, 4'. 3. Lending, ahall b• 4'x 4' minimum with • maximum 2% ,lope In ,ny d ire ction . 4 . Maneuverln11 •paca at the bottom of curb rampa ,hall be a m in imum of 4 'x 4 ' wholly contained within the crouwalk and wholly out,lde the pa rallel vehlcular travel path. 5 . Maximum allow•ble crou alope on 1ldewalk and curb ramp 1urface1 la 2%. e. Curb rampa with returned curb• may be uud onl y where pedHtrlan, would not normal ly walk aero,, the ramp, either because the adJ•c•nt ,urface l a pl,ntlng or other non-walk.Ing ,urface or becauH the •Ide approach la •ubatantlally obstructed. OtherwlH, provide tiered 1ldH. 7 . D•talla on thl 1 plan apply to all con,tructlon or recon,tructlon of street,, curb,, or aldewalk1 8 . To Htve •• a pedaatrlan refuge area, the median should be a m inimum or 5' w ide. Median, 1hould be designed to provi de accettl ble pHHlile through them . i . Curb cut ramp, are to be located H ahown on the plan, or aa d irected by Engineer. 10 . CroHwalk dimenaion,. cro Hwalk mal1dng1 and atop bar location, ,hatl be II ahown e lHwhere In the plan,. Al lnterHctlona where crouwalk marki ng• are not r•qulred , curb remp, ,hall ba ellgned w ith theoretlcal crouwalka, or II d irected by the Engineer. 11. Exlatlng featurea that comply w ith TAS may remain In place unleu changed on the plan,. 12 . Rampa aha II be provided at alt corner• of ,treat intaraectlona where there ia exl atlng or propo,ed sld•w•lk and curb. Ramp, ahall alao be provided at walk locallona In m id-bl ock In the v lclnltlaa of ho1pltala, medical centera , and 1tadl um1 . 13 . Surface texture or Iha ramp ahall be u,at obtained by• cour1e brooming , tranave rH to the ,top• of tt,• r•mp except at d•t•ct abl• warning surface araa,. See detall1 A and 8 . 14 . Separate curb ramp and 1andlng1 rrom adjacent aldewalk and eny other a lement, w ith premold o r boerd Joint of 3 /• • unlH1 otherwi H d irected by the Englnaer. 1S. Provide• ,mooth tran,ltlon whare the curb r amp• cannect to th e tlr•et. ie . Curb• ahown on lhla ahaet w ithin th• limits of payment ar• conaldared part of the curb r•mp for payment, wheth•r it la concret e curb, gutter, or combined curb and gutter. 1 7 . Flue ,lope eh,tt not exceed 10% m••aured along curb lln• and wher• pedHtrl•n• could walk acrou the ramp, then Meximum 1lope ,hart ba 1:12. (8 .3 %). 1 8 . Sidewalks ahall be ramped whare the drlvew•y curb l a e xtended across the wa lk. ,;. II poulbla, drainage 1tructure, 1hould not be pl,ced In line with ramps. Location of the ram pt thould take pr•c•dence over location of the drai nage ,tructure . 20. Th• normal gutter line pronl• •hall ti• m ata lned through the trH of the ramp. 21 . Th• actual llmit• of ex l,Un g curb and gutter and aldewalk ,hall be dlrectad by the engineer in the fleld. 22 . Contraction Joint,, expan,ion Jointl and alllcone Haling that! be 1ub1ld l ary to unit price bid for aldewalk• and ,empt. 2'1trlp if cwt tl'lrowgh 11a r•1tert1'1an ,·1 n 11n11t11 . Otharwla•p1ac.d•t•c:l•bl• wernl1111ot1lh••nll r1e11rt 1t• otcut lh rouel'I. Lstopl1r Jl.1mpllmll, of Ptym,nl THI! UAL APPEAII.ING OH TH II DOCUMENT WAS AUTHOA1ZED IY J. MAR K MATHIS , P.E.H 00SOH Ol-2t-OI D E PT OF TRANSPORTATION ANO PUBLIC WORKS TRAfFIC lfRVtCES DIVISION SIDEWALK RAMP DETAILS FOAT WO.IITH , TEXAS ou1•~nn CU.Tl . JOflV,QfKZ J·Ol-01 DMWIIIT : JOI IV.OEHZ J.\f.01 COMBINATION ISLAND CUT THROUGH - - SECTION 6-CONTRACTS, BONDS AND INSURANCE 6.1 CERTIFICATE OF INSURANCE 6.2 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 6.3 CONFLICT OF INTEREST QUESTIONNAIRE 6.4 PERFORMANCE BOND 6.5 PAYMENT BOND 6.6 MAINTENANCE BOND 6. 7 CITY OF FORT WORTH CONTRACT COMMENTS/REMARKS if required by written contract . Waiver of subrogation in favor of the City o f Fort Worth , its offices , employees and servants applies to all policies if required by written contract . OFREMARK COPYRIGHT 2000, AMS SERVICES INC. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.5919 and City of Fort Worth Project No . C295- 541200-206400096683/P264-606170096683/P27 4-541200-7061700966783. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Stabile & Winn, Inc. Before me, the unde rsigned authority, on this day personally appeared ~ He/D liR,SaA./ , known to me to be the person whose name is subscribed to the foregoing instrument , and acknowledged to me that he executed the same as the act and deed of Stabile & Winn, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. G iven Under My Hand and Seal of Office this 3 0 day of -S8-r , 20_/_0_ Nola~ ~t~te of Texas Bond #PRF09002977 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT § Colonial American Casualty That we (1) Stabile & Winn, Inc. as Principal herein, and (2) and Surety Company , a corporation organized under the laws of the State of(3) Maryland , 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 sixty eight thousand .five hundred twenty and 50/100---------------------------- ( :;;1, 068 , 520. sol D01lars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents . OCT 12 2010 WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ of ____ ~ 2010 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement reconstruction, and WaterMain Replacement on Glenmont Drive, Wharton Drive and Wonder Drive (Group A) (Council District 6) NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise, to remain in full force and effect. .·. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ATTEST:~~~ (Principal) Secretary (SEAL) Address ATTEST: (Surety) Secretary (SEAL) - pf 12 2010 . 2010. PO Box 79380 Saginaw. TX 76176 (Address) ::: Colonial American Casualty and Sure Company 900 Summit Ave. Ft Worth, TX 76102 (Address) NOTE : Date of Bond must not be prior to date of Contract (I) Correct Name of Contractor (2) Correct name of Surety ,:' • (3) State of incorporation of Surety Witness as to Surety 900 Summit Ave. Ft Worth, TX 76102 (Address) Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond #PRF09002977 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we , (1) Stabile & Winn, Inc., as Principal herein, and (2) Colonial American Casualty and Surety Company a corporation organized and existing under the laws of the State of(3) Maryland , 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 sixty eight thousand five · hundred twenty and 50/100-------------------Dollars . ($1,068 ,5 20.SOfor the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , successors and assigns , jointly and severally, firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of ---..... -~ which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Pavement reconstruction, and WaterMain Replacement on Glenmont Drive. Wharton Drive and Wonder Drive (Group A) (Council District 6) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. OCT 1 2 2010 SIGNED and SEALED this __ day ot _____ 2_0_1~0 . ATIEST: (P~e1;;--~ ATIEST: Secretary (SE ~ L), ~~-'~#U ::: \7Vitnes 5:as to S tirety =-:-....... ,. _ ·... ...-··.:::. .. ~ -.... :--... ___ .....--..-·· .. Stabile & Winn, Inc. PRINCIPAL Title: _V_i_ce_-_P_re_s_id_e_nt __ ..,. ___ _ Address: PO Box 79380 Saginaw, TX 76176 Colonial American Casualty and Surety Company SURETY Name: Tracy Tucker Attorney in Fact Address: 900 Summit Ave. Ft Worth, TX 76102 Telephone Number: 817 /336-8520 NOTE:---·"'-~ '(1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond #PRF09002977 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § Colonial American Casualty and That Stabile & Winn, Inc. ("Contractor"), as principal, and surety Company a corporation organized under the laws of the State of Maryland ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One million sixty eight thousand five hundred twenty and _s_o __ 11_0_0_--_-_--_-_-_--_-_--_-_-_--_-_--_-_-_--_-_--_-_-_--_-____________ --------~· Dollars cs1,06a,s20.soJ lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the ~cw , 2010, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement reconstruction, and WaterMain Replacement on Glenmont Drive, Wharton Drive and Wonder Drive (Group A) (Council District 6) the same being referred to herein and in said contract as the Work and being designated as project number(s) C295-541200-206400096683/P264-606170096683/P27 4-541200-7061700966783 and said contract, including all of the specifications , conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary ; and, -.~ WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in! counterparts, each of which shall be deemed an original, this __ ~ 3t2 2010 , A.D.2010. ATTEST : (SE AL) Okt4-u=~ Secretary WITNESS: ..... ~SE ~ C) : ,._ ~//U ---. Stabile & Winn, Inc. ;::. ~4Af2....a,..,. ..... ____ _ ~dry Henderson : Title : Vice-President Colonial American Casualty and Surety Company Surety ·::-· . .. -·.... . ... ~~ .. ~:-.. :-::~-----' Title : ___ A_t_t_or_n_e_y-_i_n_-F_a_ct _____ _ Address Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY The said A ss istant Sec re tary does he re by ce rtify that th e extrac t se t fo rth on th e reverse sid e hereof is a tru e copy o f Articl e V1 , Section 2, of th e By-Laws o f said Co mpani es, and is no w in forc e . IN WITNESS WHEREOF, th e said Vi ce-Presid e nt and A ss istant Sec re tary ha ve he re un to sub scribe d th e ir na mes and affix ed th e C orp o rat e S e al s of th e said FIDE LITY AND D E POSIT C O MPA NY O F M A RYLAND, a nd th e COLONIAL AMERICAN CASUA LTY A ND SURETY COMPANY , thi s 20th d ay o f A pril , A .D . 2009 . ATTEST: State of M aryla nd } ss: City of B altim o re FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALT Y AND SURETY COMPANY B y: G era ld F. Ha ley Assistan t Secreta ry Th eo dore C . Ma rt inez On thi s 20th day of April , A.D . 2009 , before th e s ub sc rib er , a No ta ry Publi c of th e St a te of M ar y la nd , dul y co mmi ssio ne d a nd qualifi ed , c am e THE ODORE G . MARTINEZ , Vi ce Presi de nt , a nd G E RALD F. HA LEY , A ss is ta nt Sec re tary o f th e FIDELITY A ND DE POSIT COMPANY O F MARYLAND , and th e COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY, to me pe r so na ll y kn ow n to be th e indi vidu a ls a nd o ffi ce rs d escrib ed in a nd wh o execute d th e precedin g in strum e nt , and th ey each ac kn o wl edged th e exec uti o n o f th e s am e, a nd be in g by me dul y s w orn , seve rall y a nd eac h for himself depos eth a nd s aith , th a t th ey are th e said office rs o f th e Comp a ni es aforesa id , a nd th a t th e sea ls a ffix ed to th e precedin g in strum e nt is th e C o rp o rate S eals of sa id Comp a ni es, a nd th a t th e sa id Corp orate S eals a nd th e ir sig na tures a s s uc h officers were dul y a ffi xe d a nd s ub sc ribed to th e said in s trum e nt by th e a uth o rit y a nd direc ti o n o f th e sa id Corporati o ns. IN T E STIMONY WH EREOF, I have he re unto se t my ha nd a nd a ffi xe d my O ffi c ia l Seal th e d ay a nd year fir s t ab ove writte n. Ma ri a D. Adamski ..:::. -" Nata l)' Pu blic M y C o mmi ss io n Ex pi res: 11,!ly-8 , 2011 --'"'--:... -,-.. --- POA-F 168-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies , contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company th ereto ." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI , Section 2. The Chairman of the Board , or the President , or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one or the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the hu s iness of the Company may require , or to authorize any person or persons to execute on behalf of the Company any bond s, undertaking , recognizances, stipulations, policies, contracts, agreements, deeds , and release s and assignments or judgements, decree s, mortgages and instruments in the nature of mortgages , ... and to affix the seal of the Company thereto .'· CERTIFICATE I, the undersigned, Assistant Secretary of th e FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the re spec tive By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY . This Power of Attorney and Certificate may be signed by facsimile under and hy a uthority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power or attorne y iss ued by the Company, shall be va lid and binding upon the Company with the same force and effect as though manuall y affixed." IN TESTIMONY WHEREOF, I have hereunto s ubscribed my name and affixed the corporate seals of the said Companies , OCT 12. 2010 thi s ______ day of __________ _ ....... ~.· TUCKER AGENCY, LTD. Bonds and Insurance 900 Summit Ave. Fort Worth, Texas 76102 (817) 336-8520 Assisranr Se c rerary Fidelity and Deposit Companies Home Office : 3910 Keswick Road Baltimore, MD 21211 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 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.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543f{TX) (08/01) THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT OCT 12 20 10 This agreement made and entered into this the __ day of A.O., 20.!Q., by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Stabile & Winn, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement reconstruction. and WaterMain Replacement on Glenmont Drive, Wharton Drive and Wonder Drive (Group A) (Council District 6) 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the in ection and a roval of OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 240 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 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 iniurv or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers. servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient e faithful performance of the terms and stipulations of the Contract and for the pa r labor CITY SECRETARY FT. WORTH, TX 7. The Contractor agrees , on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price , and said surety shall be a_surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive , for all of the aforesaid work , and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part 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 Sixty-eight Thousand Five Hundred Twenty and 50/100 ..................... Dollars, ($1,068,520.50). 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 w ithout the written consent of the Director of the Department of Engineering . 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and 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 Tex as with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in eight 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 ex ecuted this instrument through its duly authorized officers in eight counterparts with its corporate seal attached. OCT 12 20 10 Done in Fort Worth, Texas, this the ____ day of ______ A.D., 2010. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: -&:&~~a~ WILLIAM A. VERK ~.E. DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: Stabile & Winn, Inc. PO Box 79380 Saginaw, TX 76176 CONTRACTOR J err y Henderson, Vi ce-Pre sident TITLE CITY OF FORT WORTH FERNANDO COSTA , ASST CITY MANAGER I U /% SJ CITY SECRETARY (SE AL) ----- Contract Authorizatioa i o I \d--) \0 Date APPROVED AS TO FORM AND PO Bo x 793 8 0 Sag ina w, TX 7 6 179-0380 LEGALITY: ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 ASS ~lTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX - SECTION 8 -EASEMENTS 8.2 RIGHT OF ENTRY .... c5 AEA#~5_9_1._1-_1 __ CFW 2007 CIP-CONTRACT GA-GLENMONT DR. Parcel# 1 Doe# 5921 3312 Glenmont Dr. ll-03-09 POl :59 IN Lot-16, Block-86, SOUTH HILLS ADDITION STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS DATE: CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT GRANTOR: THOMAS W. WAGNER AND DORIS S. WAGNER GRANTOR'S MAILING ADDRESS (including County): 3312 GLENMONT DR, FORT WORTH, TARRANT COUNTY, TX 76133 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10 .00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being an Easement situated in Lot 16, Block 86, South Hills Addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-44 , Page 46, Plat Records of Tarrant County, Texas , and being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells , and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction ; operation , maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes , manhole vents, lateral line connections, .- PERMANENT SEWER FACILITY EASEMENT Rev . 06/2 008 ... pipelines , junction boxes in , upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes , together with the right and privilege at any and all times to enter Property , or any part thereof, for the purpose of constructing , operating, maintaining , replacing , upgrading , and repairing said Facility . In no event shall Granter (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building , including , but not limited to , monument sign, pole sign , billboard, brick or masonry fences or walls or other structures that require a building permit. However, Granter shall be permitted to ma intain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks , driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed , relocated , altered , damaged , or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided , however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. This grant is made on the condition that the following restrictions shall in all things be observed , followed , and complied with: It is further covenanted, that if any third party beneficiary referred to above shall prosecute proceedings at law or in equity for the aforesaid purposes , such third party beneficiary may recover reasonable attorney 's fees from the violator or violators of either or both of such restrictions , if the Court finds that the proceedings were necessary to bring about compliance therewith . TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee 's successors and assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee , its successor and assigns, against every person whomsoever lawfully cla iming or to claim the same , or any part thereof. When the context requires , singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev. 06/2008 -~ ·; .-1 C:_EJ /J D.Kl'B J....2 .2-o? AGENT~ DOE# 2 ~ '2-1 GRANTOR: Thomas W . Wagner GRANTOR: Doris S . Wagner GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager - APPROVED AS TO FORM AND LEGALITY \_~~ I~ ~Q~uml Assistant CiYy Attorney ACKNOWLEDGEMENT STA TE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority, a Notary Public in and for the State ·of Texas ; on this day personally appeared Thomas W. Wagner, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Thomas W . Wagner, and that he/she executed the same as the act of said Thomas W . Wagner for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ 2_2 ____ day of _5_~ _____ ,200 PERMANENT SEWER FACILITY EASEMENT Rev. 06/2008 Notary Public in and for the St ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Doris S. Wagner, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Doris S . Wagner, and that he/she executed the same as the act of said Doris S. Wagner for the purposes and cons ideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this _::2_2 _____ day of _5-_rh-----' 20!!..J. WILLIE F . INGRAM STA TE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority , a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa , Assistant City Manager of the City of Fort Worth , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ o/3_,-;_J ____ day of -~__._f ........ fJ__._.km~.h"'-1-c-C:--' 2orl. I PERMANENT SEWER FACILITY EASEMENT Rev . 06/2008 EVONIA DANIELS MY COMMISSION EXPIRES Jlif 10, 2013 Cl:'. 0 >-w _J Cl:'. 0 2 N LOT 8, B L OCK 86, E XIS TING 10' UTILITY EASEMENT AS PER PLAT LOT A, BLOCK 86, 1" = 30' J .IMJ .&l . ~IMIO'ii'IXJ ~11!JIRJWU 8\®~ii'!Rlffei~ii' INJ@. 'jJ~'jJ~ EX ISTING 10' UTILITY EASEMENT AS PER PLAT .. I - ---- --------- - -- ----- ---_I_ _] _________________ _ 5 FOOT PERMANEN T SANITARY L2 SEWER EASEMENT L3 -------,--7 --------- / / / / / / / / / / 15 7 SF<0.004 OF AN ACREl L4 ,,~, ,/, , , EXISTING 10' SANITARY P.~. SEWER EASEMENT / AS PER PLAT Thomas W Sr B. Doris Wagner / I GEXISTING ss MANH OLE 17 Nell Morie Mc Horgue PO Box 345 18 3312 Glenmont Or Archie Mo 64725-0345 Fort Worth Tx 76133-31 17 Lot 16, Blk 86 3308 Glenmont Dr .Fort Worth Sou th Hills Addition Deed Vo l : 010016 Deed Pg: 14 56 D .R. T .C, Tx . 5/e"IRF P.O.C. Lot 17, Blk 86 South Hills Addition Deed Vol : 007023 Deed Pg : 1668 D.R,T.C,Tx. GL ENMONT OR. 60 ' DEDICATED ROW 5/e"IRF NUMBER DIRE CT I ON DISTANCE 1/z"IRF 5/e"IRF L 1 L2 L3 L4 BLOCK 86 A 2 EXHIBIT "A" s N N s SHOWIN G A 5 FOOT SANITA RY SEWER EASEMENT S ITUATED IN LOT 16 , BLO CK 86 SOUTH HILLS ADDITION FORT WORTH, TARRANT COUNTY , TE XAS 43•54' 33" w 7. 15' 00·27' 12 " w 33 .86' 89 °3 2'48" E 5.00' 00°27'12" E 28.75 ' 3 SAN ITARY SE WER EASEMENT SS-1 DOE " 5921 3312 GLENMONT DR, FORT WORTH, TARRANT COUNTY, TEXAS DRAWN BY :ED OATE:07-02-09 DGN. NO.: 080441ss1 .0GN APPROVED BY: EK A.N.A. CONSULTANTS, L.L.C . Corporate Office: 1701 River Run, Suite 610 Fort Worth, Texas 76107 ~~= ~~i~m :~ PAGE 1 OF 2 ----------·-·--··---·-------·-··---·-------------------·----- Parcel # SSE-01 DOE# 5921 3312 GLENMONT DR. FORT WORTH, TEXAS LOT 16 , BLOCK 86 , SOUTH HILLS ADDITION FORT WORTH, T ARRAN T C OUNTY, TEXAS . EXHIBIT B REAL PROPERTY DESCRIPTION A 5 FOOT PERMANENT SANITARY SEWER EASEMENT Being an Easement situated in Lot 16, Block 86, South Hills Addition to the City of Fort Worth, Tarrant Collllty, Texas, as recorded in Volume 388-44, Page 46, Plat Records of Tarrant County, Texas, and being more particularly described by metes and bounds as follows: COMMENCING at a 5/8" iron rod found at the southwest corner of Lot 17 , of said Block 86, and the Southeast corner for said Lot 16, also being in the north Right-of-Way line of Glenmont Drive (60 foot Right-of-Way); THENCE North 00 Degrees 27 Minutes 12 Seconds West, 107.15 feet with the common line of said Lot 16 , and Lot 17,to the Northerly line of an existing 5 foot Sanitary Sewer Easement ·as per said plat also being the Point of Beginning ; THENCE South 43 Degrees 54 Minutes 33 Seconds West, 7.15 feet with said northerly line of the existing 5 foot Sanitary Sewer Easement to the West line of said Easement; THENCE North 00 Degrees 27 Minutes 12 Seconds West, 33 .86 feet to the South line of the existing 5 foot utility Easement as per said South Hills Plat; THENCE North 89 Degrees 32 Minutes 48 Seconds ~ast, 5 .00 feet with the South line of said utility Easement, to the common line of said Lot 16, and Lot 17; THENCE South 00 Degrees 27 Minutes 12 Seconds East, 28 .75 feet with the common line of said Lot 16, and Lot 17, to the POINT OF BEGINNING , containing 157 square feet or 0 .004 of an Acre of land , more or less. NOTES: The subject property was not abstracted as part of this survey . Note: Surveyed on the ground May, 2009 Note : Bearing Basis based on true North derived from GPS o bservations relative t o NAD 83, Texas North Central Zone . Note : In accordance with the Texas Board of Professional Land Surveying, Gene ral Rules of Procedure and Practices, 663.19(9 ), this •report • consists of the Real Pro perty Description included herein, and Map of Survey attached herewith . Note: I n accor dance with the Texas Bo a rd of Professional Land Surveying , General Rules of Procedures and Practices, 6 6 3 .19(7), 'The c ited instruments are not necessarily the current owners of the subject property , but are the documents contai ning the descriptions of the bounda ries a s surveyed.· SHEET 2 OF 2 SUZANNE HENDERSON ····-00~· .. •• ~ 0 ~f'·· •• COUNTY CLERK ..... ~ 'rt: • < ' ), • \\"' . ~ flJ/ 100 West Weatherford Fort Worth , TX 76196-0401 iim~-~\ •. I •• Jill ...... -------------------···--= .. ~ ...... . CITY OF FORT WORTH 8851 CAMP BOWIE BLVD 3RD FL FT WORTH, TX 76116 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration : 10/13/2009 11 : 18 AM Instrument#: D209272097 E By :~-------_.,, ~ D209272097 7 PGS $36 .00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL I.AW. Prepared by: AKCHRISTIAN I f CFW 2007 GIP-CONTRACT GA-GLENMONT DR. Parcel #.1 Doe# 5921 3308 Glenmont Dr. Lot-17, Block-86, SOUTH HILLS ADDITION ABAII S<J.t.1-2 11-03-0 9 po 1:5.;; i,, STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS DATE: CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT GRANTOR: NELL MARIE MCHARGUE GRANTOR'S MAILING ·ADDRESS (including County): 30904 ESTATE ROUTE 8, GARDEN CITY, CASS COUNTY, MO 64747-8473 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): . 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 s CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration , the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being an Easement situated in Lot 16 , Block 86, South Hills Addition to the City of Fort Worth , Tarrant County, Texas , as recorded in Volume 388-44 , Page 46 , Plat Records of Tarrant County, Texas , and being more particularly described in Exhibits "A " and "B". Granter, for the consideration paid to Granter and other good and valuable consideration , hereby grants, sells , and conveys to Grantee, its successors and assigns , an exclusive , perpetual easement for the construction , operation , maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including , but not limited to manholes, manhole vents , lateral line connections, PERMANENT SEWER FACILITY EASEMENT Rev . 06 /2008 .- pipelines , junction boxes in , upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property , or any part thereof, for the purpose of constructing , operating , maintaining , replacing , upgrading , and repairing said Facility . In no event shall Granter (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to ba erected within the easement property a permanent structure or build ing , including , but not lim ited to , monument sign , pole sign, billboard , brick or masonry fences or walls or other structures that require a building permit. However, Granter shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks , driveways , or similar surface improvements located upon or ad j acent to the Easement Tract which may have been removed , relocated , altered , damaged , or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. This grant is made on the condition that the following restrictions shall in all things be observed , followed , and complied with : It is further covenanted , that if any third party beneficiary referred to above shall prosecute proceedings at law or in equity for the aforesaid purposes, such third party beneficiary may recover reasonable attorney's fees from the violator or violators of either or both of such restrictions , if the Court finds that the proceedings were necessary to bring about compliance therewith . TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee , and Grantee 's successors and assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee , its successor and ass igns, aga inst every person whomsoever lawfully cla iming or to claim the same , or any part thereof. When the context requires , singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev . 06 /2008 -M&C: M'1-DATB Ci-!?-t)_? AGENT ..t;, _.-. DOB# '5'J~/ 2 GRANTOR : Nell Marie McHargue GRANTEE : City of Fort Worth ~~-.~~~/ Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY J~"l [L ~Ll,\w' Assistant City Attorney ACKNOWLEDGEMENT h,. i ':) 'S l)l,(. (\ STA TE OF TD~3 § COUNTY OF CASS § BEFORE ME , the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Nell Marie McHargue, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Nell Marie McHargue , and that he/she executed the same as the act of sa id Nell Marie McHargue for the purposes and consideration therein expressed and in the capacity therein stated . jQ~ GIVEN UNDER MY HAND AND SEAL OF OFFICE th is _\o ______ day of MARGUERITE M. MOUSE My Commission Expires Saptenter 23 , 2012 Henry County Commission #0864218 6 PERMANENT SEWER FAC ILITY EASEMENT Rev . 06/2008 Nota ublic in and for the State of l'e~as rn i'.sS£:t.r'; (O"'ff'm ,'t,<:,iOl'\ eel 'Y'l County of-Henn., - ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Fernando Costa , Assistant City Manager of the City of Fort Worth , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ ....... rf.3"-'-'-_d-=-----day of PERMANENT SEWER FACILITY EASEMENT Rev . 06/2008 EVONIA DANIELS MY COMMISSION EXP IRES July 10, 2013 (Y 0 >-w __J CY 0 2 N 1" = 30' LOT 8, BLOCK 86. .ll .~.ml . ~~ril'IXI ~l\!lli\JWU t?l.lID~'ii'll'Jt?l.~"iJ' IM@ . 'il~'\12J _I J W W1 1::i ::i, 1U'1 iii1 EXISTING 10 ' UTILITY EASEMENT AS PER PLAT LOT A, BLOCK 86 , EXISTING 10' UTILITY EASEMENT . . AS PER PLAT 15 I - ---- - - - - - - ------ - ------_I_ .! _________________ _ 5' U .E. _ _ _ 5' U .E._ _ _ _ _ _ _ _ _ _ _ L2 L P.0.8. EXISTING 10' SANITARY 1 SEWER EASEMENT AS PER PLAT 16 Thomes W Sr & Doris Wagner 3312 Glenmont Dr Fort Worth Tx 76133-3117 Lot 16, Blk 86 South Hills Addition Deed Vol= 010016 Deed Pg = 1456 D.R,T.C,Tx . 5/s"IRF I li5 I lo~I Io 01 1N~1 1--:i t:ni IN - I: 1::E 5'UE 5' U.E . ________ _ -----~--,--------- / L3 // / / / / / // 5 FOOT © / PERMANENT SANIT AAY SEWER EASEMENT 131 SF"C0 .003 OF AN ACRE> EXISTING SS MANHOLE P.0.C . 5/s"IRF 17 Nell Morie McHorgue PO Box 345 Archie Mo 64 725 -034 5 3308 Glenmont Dr.Fort Worth Lot 17 , Blk 86 South Hills Addition Deed Vo l = 007023 Deed Pg = 1668 D.R. T.C, Tx . NUMBER DIRECTION 18 DISTANCE GLENMONT DR . 60' DEDICATED ROW L1 L2 L3 N 00"27 ' 12" N 89"32'48" s 00·21·12" w 28. 75' E 5.oo· E 23.64' l/2"IRF ® 5/s"IRF L4 BLOCK 86 A 2 EXHIBIT "A" SHOWING A 5 FOOT SANITARY SEWER EASEMENT TEXAS s 43•54•33" W 7. 15 ' 86 SAN I TARY SEW ER EASEMENT SS-2 DOE " 5921 3 3308 GLENMONT OR . FORT WO RTH , TARRANT COUNTY, TEXAS DRAWN BY :ED DATE :07-02 -09 OGN. NO.: 08 0441 s s2F.DGN APPROVED BY: EK A.N.A. CONSULTANTS, L.L.C. Co,porate Office: 1701 River Run, Suite 610 Fort Worth, Texas 76 107 ~: ~!!~ ~~~·~ Dallas Office: 3004 Fairmont Stroet Dallas, Tex.as 7S20 1 Office : ~214/631-JSOO PAGE 1 OF 2 Parcel # SSE-02 D0E#592l 3308 GLENMONT DR. FORT WORTH, TEXAS LOT 17, BLOCK 86, SOUTH lilLLS ADDITION FORT WORTH, TARRANT COUNTY, TEXAS. EXHIBIT B REAL PROPERTY DESCRIPTION A 5 FOOT PERMANENT SANITARY SEWER EASEMENT Being an Easement situated in Lot 17, Block 86, South Hills Addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-44, Page 46, Plat Records of Tarrant County, Texas, and being more particul arly described by metes and bounds as fol lows: COMMENCING at a 5/8" iron rod found at the southwest corner of said Lot 17, and the Southeast corner of Lot 16 of said Block 86, also being in the north Right- of-Way line of Glenmont Drive (60 foot Right-of-Way); THENCE North 00 Degrees 27 Minutes 12 Seconds West, 107.15 feet with the common line of said Lot 16, and Lot 17,to the Northerly line of an existing 10 foot Sanitary Sewer Easement as per said plat also being the Point of Beginning ; THENCE North 00 Degrees 27 Minutes 12 Seconds West, 28.75 feet with said common line to the South line of the existing 5 foot utility Easement as per said South Hills Plat; THENCE North 89 Degrees 32 Minutes 48 Seconds East, 5 .00 feet with the South line of said utility Easement; THENCE South 00 Degrees 27 Minutes 12 Seconds East, 23 .64 feet to the Northerly line of said existing 1 0 foot Sanitary Sewer Easement THENCE South 43 Degrees 54 Minutes 33 Seconds West, 7.15 feet with said northerly line of the existing 10 foot Sanitary Sewer Easement to the POINT OF BEGINNING, containing 131 square feet or 0.003 of an Acre of land, more o r less . NO TES : The subject property was not abstracted as part of this survey . Note: Surveyed on the ground May, 2009 Note: Bearing Basis based on true North derived from GPS observations relative to NAD 83, Texas North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying, General Rules of Procedure and Practices, 663.19(9), this "report • consists of the Real Property Description included herein, and Map of Survey attached herewith . Note: In accordance with the Texas Board of Professional Land Surveying, General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the d ocuments containing the descriptions of the boundaries as surveyed." SHE ET 2 OF 2 SUZANNE HENDERSON COUNTY CLERK ····~ .. .. ~ c~:r·· . i: ,t-~, • < IS:. : \" .· . ' "': ~ . l 100 West Weatherford Fort Worth , TX 76196-0401 ... ,.,>. •• •. I .. . ...,. --------------------·· .. : .. !.: .. •· CITY OF FORT WORTH 8851 CAMP BOWIE BLVD 3RD FL FT WORTH, TX 76116 Subm itter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registrat ion : 10/13/2009 11 : 18 AM Instrument#: 0209272098 E ~--------,./ ~ By :~.r ~- 0209272098 7 PGS $36 .00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : AKCHRISTIAN M&C : D~E ___ _ ,-.- AGENT :;~'-1fl DOE# a 9 2 1 {)~ ,' CFW 2007 CIP-CONTRACT GA-GLENMONT DR. Parcel# 3 Doe# 5921 3401 WALTON AVE. Lots-A & 8, Block-86, SOUTH HILLS ADDITION STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT GRANTOR: FORT WORTH INDEPENDENT SCHOOL DISTRICT GRANTOR 'S MAILING ADDRESS (includ ing County): 100 N UNIVERSITY DR, FORT WORTH, TX 76107-1360 GRANTEE : CITY OF FORT WORTH GRANTEE 'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION : Ten Dollars ($10 .00) ar,d other good and valuable consideration , the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being an Easement situated in Lot A and Lot B, Block 86 , South Hills Add ition to the City of Fort Worth , Tarrant County , Texas , as recorded in Cabinet B, Sli de 106 , Plat Records of Tarrant County , Texas , and be ing more particularly described in Exhibits "A " and "B". Grantor, for the cons idera t ion paid to Grantor and other good and valuable considerat ion , hereby grants , sells , and conveys to Grantee , its successors and assigns, an exclusive , perpetual easement for the construction , operation , ma intenance , replacement , upgrade , and repair of a Permanent Sewer Line Facility , hereafter referred to as "Facility ". The Facility includes all incidental underground and aboveground attachments , equipment and - PE RMAN E NT SEW ER FAC ILITY EASEMENT Rev. 06/2008 f I• • - appurtenances , includ ing , but not limited to manholes , manhole vents , lateral line connections , pipelines , junction boxes in , upon , under and across a port ion of the Property and more fully described in Exhibit "A" attached hereto and incorporated here in for all pert inent purposes , together with the right and priv ilege at any and all times to enter Property , or any part thereof, for the purpose of construct ing , operating , maintaining , replacing, upgrading, and repa iring sa id Facility . In no event shall Granter (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building , including, but not limited to , monument sign , pole sign , billboard, brick or masonry fences or walls or other structures that requ ire a build ing permit. However, Granter shall be permitted to maintain any existing concrete driveway or road on the Property . Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense , including the restoration of any sidewalks , driveways , or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed , relocated , altered , damaged , or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided , however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. This grant is made on the condition that the following restrict ions shall in all things be observed , followed , and complied with : (a) The Property , or any part thereof, shall not be used in the operation of, or in conjunction with , any school or other institution of learning , study or instruction wh ich d iscriminates against any person because of his race , color, or national origin , regardless of whether such discrimination be effected by design or otherwise . (b) The Property, or any part thereof, shall not be used in the operation of, or in conjunction with , any school nor other institution of learn ing , study or instruction which creates , maintains , reinforces, renews , or encourages , or which tends to create, maintain , reinforce , renew or encourage a dual school system. These restrictions and conditions shall be binding upon Grantee , its successors and assigns , for a period of fifty (50) years from the date hereof. The foregoing restrictions and other covenants hereafter set out are covenants running with the land , and each and every parcel thereof, and shall be fully binding upon any person , firm , partnership , corporation , trust, church , club , governmental body , or other organization or entity whatever (whether private or governmental in nature), w ithout lim itation , hereafter acquiring any estate, title , interest or property in said land , whether by descent, devise, purchase or otherwise ; and no act or omission upon the part of granter herein , its successors and assigns , shall be a waiver of the operation or enforcement of such restrictions ; but neither restr iction shall be construed to be a cond ition subsequent or special limitation on the estate thereby conveyed . It is further covenanted , that th ird party beneficiaries of the restrictions set forth above shall be as follows : (1) As to the restrictions set out in (a) above , any person prejudiced by its violation ; PERMANENT SEWER FACI LITY EASEMENT Rev. 06/2 008 - (2) As to the restriction set out in (b) above , any pub lic school District or any person prejudiced by its violation ; and (3) As to either or both of the restrictions set out in (a) and (b) above , the United States of America, as plaintiff, and the American G.I. Forum, the League of United Latin American Citizens (LULAC), and the National Association for the Advancement of_Colored People (NAACP), as intervenors , in U.S. v. Texas , Civil Action No . 5281 , Tyler Division , U.S. District Court , Eastern District of Texas ; reported in U.S. v. Texas , 321 F. Supp . 1043 (E.D . Tex . 1970); U.S. v. Texas, 330 F.Supp . 235 (E.D . Tex. 1971); affd with modifications sub nom, U.S. v. State of Texas and J.W . Edgar , et al., 447 F.2d 441 (5th Cir. 1971); stay den . sub nom , Edgar v. U.S., 404 U.S. 1206 (1971); cert den . 404 U.S. 1016 (1972). It is further covenanted , that in case of a violation of either or both of the above restrictions , any of the third party beneficiaries above alluded to is authorized and empowered to prosecute proceed ings at law or in equity against any person , firm , partnership , corporation , trust , church , club , governmental body or other organization or entity whatever (whether private or governmental in nature), without limitation : (A) To enforce either or both of such restrictions relating to the use of the above - described property ; (B) To abate or prevent violations of either or both of such restrictions ; and (C) To recover damages for a breach of either or both of such restrictions . It is further covenanted , that if any third party beneficiary referred to above shall prosecute proceedings at law or in equity for the aforesaid purposes , such third party beneficiary may recover reasonable attorney 's fees from the violator or violators of either or both of such restrictions , if the Court finds that the proceedings were necessary to bring about compl iance therewith. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee 's successors and assigns forever; and Granter does hereby bind itself and its successor and ass igns to warrant and forever defend all and singular the easement unto Grantee , its successor and ass igns , against every person whomsoever lawfully claim ing or to cla im the same , or any part thereof. When the context requires , singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev . 06/2008 GRANTOR : Fort Worth Independent School District Name~~ M- Title : President, Board of Education APPROVED AS TO LEGAL FORM AND SUFFICIENCY. GRANTEE : City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY ~~ Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority , a Notary Public in and for the State of Texas , on this day personally appeared Ray Dickerson , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Fort Worth r.s.o. and that he/she executed the same as the act of said Fort Worth I. s. o. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ 1_9_th ___ day of ____ No;:..v.;_em~bec...;;..;...r ____ , 2009 . J:'AYE DANIELS Nolarv Pw.<.. stale of Texas My Commuoo Elpi8s OCTOBER 4, 2012 PERMANENT SEWER FACILITY EASEMENT Rev. 06/2008 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority , a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated . . ./~ GIVEN UNDER MY HAND AND SEAL OF OFFICE this rft... day of EVONIA DANIELS MY COMMISSION EXPIRES July 10, 2013 PERMANENT SEWER FACILITY EASEMENT Rev. 06/2008 M&C: ,,,vl,1-DATE 3 -7-lo AGENT~ DOE# 5"92/ ;z Parcel # SSE-03 DOE# 5921 3401 WALTON AVE. FORT WORTH, n;XAS LOT A & 8, BLOCK 86, SOUTH IULLS ADDITION FORT WORTH, TARRANT COUNTY, TEXAS. EXHIBIT B REAL PROPERTY DESCRIPTION A 5 FOOT PERMANENT SAN!TARY SEWER EASEMENT Being an Easement situated in Lot A and Lot 8, Block 86 , South Hills Addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet B, Slide 106, Plat Records of Tarrant County, Texas, and being more particularly described by metes and bounds as follows: COMNDICDICJ at a 5 /8" iron rod found at the southwest corner Lot 17, and the Southeast corner of Lot 16, Block 86, south Hills Addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-44, Page 46, Plat Records of Tarrant Courity, Texas, also being in the north Right-of-Way line of Glenmont Drive (60 foot Right -of-Nay); TB:uic:K North 00 Degrees 27 Minutes 12 Seconds West, with the common line of said Lot 16, and Lot 17, at 140 .90 feet passing the north line of said Lotl6, and Lot 17, continue in all 195.90 feet to the North line of an existing 5 foot Utility Easement as per said plat also being the Point of Be9inning; TJDalCli South 89 Degrees 32 Minutes 48 Seconds West, 8 .92 feet with the North line of said utility Easement; TKJCl1CK North 00 Degrees 27 Minutes 12 Seconds West, 5.00 feet; TB'.EIICK North 89 Degrees 32 Minutes 48 Seconds East. at 48 .92 feet passing the common line of said Lot A, and Lot B, continue in all 63 .00 feet; TBlDfCS South 00 Degrees 27 Minutes 12 Seconds East, 5.00 feet to the Nort~ line of said existing 5 foot Utility Easem~.nt T~ South 89 Degrees 32 Minutes 48 Seconds West, with the North line of sa i d utility Easement at 14 . 08 feet ltassing the conunon line of said Lot A, and Lot B. continue in all 54 .08 feet to the POIBT or BEGIINNIJIG, containing 315 square feet or 0.007 of an Acre of land, more or less. NOTES: The subject property was not abstracted as pa r t of this survey . Note: Surveyed on the ground May, 2009 Note: Baa.ring Baab basad on trua North derived from OPS obs.ervations relative to NAO 83, Texas North Central Z:one. Note: In accordance with the Texas Board of Professional Land SUrveyinq, General Rules of Procedure a.nd Practices, 663 .1919), this •report· consists of the Real Property Description included herein, and Map of Survey attached herewith. Note: Ir. accordance with the Texas Board of Professional Land SUrveyinq, General Rules of Proc<>duras and Practices;, 663 .1917>, 'Th• cited ins.truments; are not necessari l y the current owners of the subject property, but aro the documents containing the descripticns of the boundaries as sucvey~d .· SHEBT 2 OP' 2 N 1" = 30' EXISTING 10 ' UT ILITY EASEtJ ENT AS PER PLAT LOT 8, BLOCK 86, J401 Wallen Ave , f"o rl Worth Fort Worth ISO 100 N U ni versity Dr Fort Warth Tx 76107 -1360 South Hills Addition Blk 86 L ot B A 5 FOOT PFRll.~ANENT S ANITAR Y SEWER EASEMENT .315 SFC0.007 OF AN AC RE ) -----\ ! .. I I~ ~I ,? =>: ,,n ii"l1 I I I I LO f A, BL OCK 86, EX ISTING 10 ' UTII ITY EASlMt.N I _ -~$_ _P...;_8 Pl AT_ .• .14 01 Wollon Ave, Fort Worth Fort Worth ISO 100 N Universi ty Or Fort Worth Tx 76107 -1360 So uth Hills Ad di t ion Blk 86 Lot /I ___ -_-_-_-_-_-~-~------------~~~~~~~~~~~~ 5 ' U .E. a::: 0 >-w -' ~ 0 2 15 5' U .E . ------ 16 T norn os W Sr &. Dor is Wag n er 33'•2 Gle n mo n t Dr F::irt Wo rth Tx 76 '.D -j !l l Loi. 16, 8 1k 86 S01J th Hi lls Add1tian Deed Vo l • 010016 Deed Pg : i4 56 D.R. r C . Tx . o/a"IRF , 0 ,'\ a, / / '!;/. , , , XIS TING 10 ' SANt I AH Y , , S l WLR [ ASEMEN T , AS PER PL AT I 0EXISTING SS MANHOLE P.O.C . %"!R F 17 Nell Mc rie McHorgue PO Box .HS Arch ii, Mo 6472'.J-0.34S 3308 Glenmont Or ,For I Wor.h Lot 17, Blk 86 Sout h Hill s Addition Deed Vol= 007023 Dei,d Pg: 166 8 O.R ,T.C.Tx . NLJ.V.8£R O!R£CTION L 1 s 59•32'48 " N oo• z 1 · 12 " 5 · UE. 18 DISiANC£ w B . 92 ' s.oo ' ··-·--w GI. EN MONT OR . 60 ' OEDICA TEO ROW L2 L3 'L4 N 5 89°32'48'' E 63.oo'·-- 00·21 12" E s.oo ' Yz"IRF l LS =-- BL OCK 85 A 2 EXHIBIT "A" SHOWING A 5 FOOT SAN IT ARY SEWER EASEMENT SI TlJATFD IN LOTS AAA, Al OC:K SO UTH HILLS ADDITION FOR T WOR TH , TARRANT COUNT Y. TFXAS S gg• 32' 48" w 54. na · 86 -·-- S ANI i AHY Sf W(H E ASEMENT SSE-J ooc a 5qz1 .3 3401 WAL ION AV[. ron T W011TII, TARRANT COUNT Y, TEXAS i)RAWr~ BY : ED A.N.A . CONSULT ANTS, L.L.C. --------.. ------ OATE: 07-02-Qq DGN . NO,: 060411~s3 ,DCN t.PPROVl O ilY: H Corponlo Office: 1701 Riva: Ihm, Suite 610 Fort Worth. Tew 76107 Office , {i17) llS-9900 Fu: {817) 33S-995S Dalla Office: 3004 Faimioat Slreot 0.0.. Tau 75201 Office: (214) 631-lSOO Fu: (214) 631-3S27 PAGE , or 2 - SUZANNE HENDERSON ····•!•• ..... •• ·~ cou~ ••• COUNTY CLERK ifi •. _ t\· :c .. ~.J !>• \ ·· ·. 0 1 100 West Weatherford Fort Worth , TX 76196-0401 ··.• . .. , __________________ _ ···~= .. ~ ....... . CITY OF FORT WORTH RIGHT OF WAY & EASEMENT TEAM 900 MONROE, STE 404 FT WORTH, TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE {817) 884-1195 : J 5 ; ... DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration : 3/10/2010 11 :17 AM Instrument#: D210052899 E 8 PGS $40 .00 M & C: _____ DATE ---- ~~~DOE# if,2/ D210052899 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : $LOAVES 0~ SECTION 9 -REPORTS 9.1 GEOTECHNICAL STUDY REPORTS/PAVEMENT DESIGN GEOTECHNICAL INVESTIGATION STREET PAVEMENT IMPROVEMENT FORT WORTH, TEXAS PROJECT NO. 0109-307 Report to: A.N.A. CONSULTANTS FORT WORTH, TEXAS APRIL 2009 Report No. 0109-307 April 14, 2009 A .N.A. Consultants, L.L .C . 1701 River Run, Suite 610 Fort Worth, Texas 76107 Attention : Mr. Mark Assad , P.E. Dear Mr. Assad : GEOTECHNICAL INVESTIGATION STREETPAVEMENTIMPROVMENTS 2007 CRITICAL CAPITAL PROJECT CONTRACT 2007 CO GA, 68 AND 6C FORT WORTH, TEXAS This report presents the results of the geotechnical investigation performed for the proposed project in Fort Worth , Texas . This investigation was performed in accordance w ith your e-mail confirmation dated March 6 , 2009 . Our engineering analys is as well as the results of the field and laboratory investigations is included in this report . Our firm is interested in providing the professional material testing and inspection services that will be required during the construction phase of the project. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service . 4/14/09 RBM/CM/mg Copies submitted : (3) Sincerely , SYNTEC ENGINEERING GROUP, INC. Ralph Mansour, P .E. Principal Engineer 1.0 2 .0 3 .0 4 .0 5 .0 6 .0 7 .0 CONTENTS INTRODUCTION .................................................................................................... . 1. 1 General ....................................................................................................... . 1.2 Purpose and Scope of Work ...................................................................... . 1.3 Report Format ............................................................................................ . FIELD INVESTIGATION AND LABORATORY TESTING ...................................... . 2 .1 Field Exploration ......................................................................................... . 2 .2 Laboratory Testing ..................................................................................... . 2 .2 .1 Classification Tests ......................................................................... . 2 .2 .2 Strength Tests ................................................................................ . 2 .2.3 Free Swell Tests ............................................................................. . 2 .2.4 Lime Series ..................................................................................... . 2 .2 .5 Soluble Sulfate ............................................................................... . 2 .3 Review ........................................................................................................ . GENERAL SUBSURFACE CONDITIONS ............................................................. . 3 .1 Site Geology ............................................................................................... . 3.2 Stratigraphy ................................................................................................ . 3 .3 Subsurface Water Conditions ..................................................................... . ANALYSIS AND RECOMMENDATIONS ............................................................... . 4 .1 General Considerations .............................................................................. . 4 .2 Potential Vertical Movement. ...................................................................... . 4 .3 Sulfate-Induced Heaving ............................................................................ . 4.4 Pavement Analysis ..................................................................................... . PAVEMENT RECOMMENDATIONS ..................................................................... . 5.1 Lime treated Subgrade Preparation ........................................................... . 5 .2 Pavement Sections .................................................................................... . 5 .3 Special Pavement Considerations ............................................................. . EARTHWORK GUIDELINES ................................................................................. . 6 .1 Site Preparation .......................................................................................... . 6.2 Fill Composition/Compaction ...................................................................... . 6 .3 Ground Water ............................................................................................. . GENERAL COMMENTS ........................................................................................ . 1 1 1 2 2 2 3 4 4 4 4 5 5 5 5 6 7 8 8 8 9 9 10 10 12 14 15 15 16 16 17 ILLUSTRATIONS Figures Plan of Borings ................................................................................................................. 1 Boring Logs . . . . . . . . .. .. . . .. . .. . . . . .. .. . . . . . . .. . . .. . ... . . . . . .. . . .. . . . . . . .. . . ... . .. . . .. . .. . . .. . . .. . . .. . . . . . . .. . . . .. ........ .. . . .. 2-9 Key to Terms and Symbols used on Boring Logs ............................................................ 10 Triaxial Shear Test Report ............................................................................................... 11-16 Summary of Free Swell Test Results ............................................................................... 17 Lime Series Test Results ................................................................................................. 18 Soluble Sulfate Results.................................................................................................... 19 APPENDIX LIME STABILIZATION RECOMMENDATION FOR PAVEMENT SUBGRADE SOILS ............................................................................................................ A-1 PAVEMENT THICKNESS DESIGN ................................................................................................... A-2 1.1 General GEOTECHNICAL INVESTIGATION STREETPAVEMENTIMPROVMENTS 2007 CRITICAL CAPITAL ·PROJECT CONTRACT 2007 CO GA, 68 AND GC FORT WORTH, TEXAS INTRODUCTION This report presents the results of a geotechnical engineer study for total pavement reconstruction of (9) nine streets in Fort Worth, Texas . More specifically , the designated streets are Glenmont Drive between West Creek Drive and Calousa Drive ; Green Avenue between SW Loop 820 and Rutland Avenue ; Odessa Avenue between Wosley Drive and Southgate Drive ; Wharton Drive between Wedgmont Circle and Walton Avenue ; Wonder Drive between Winifred Drive and Walton Avenue ; Indio Street between Fargo Court and SW Dead End ; Jenifer Drive between Peggy Drive and Duringer Road ; Natchez Trace between Rockdale Road and Trimble Drive ; and Garrick Avenue between SW Loop 820 and Wooten Drive . This report confirms to the City of Fort Worth Pavement Design Standards Manual , 2005 Edition . 1.2 Purpose and Scope of Work The purpose of this geotechnical engineering study has been to determine the general subsurface conditions , evaluate the engineering characteristics of the subsurface materials encountered , develop recommendations for the types of pavement subgrade preparation and modification . Provide pavement design guidelines and provide earthwork recommendations . To accomplish its intended purposes , the study has been conducted in the following phases : 1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing ; 2) performing laboratory tests on selected samples to determine pertinent engineering properties of the subsurface materials ; and 3) performing engineering analyses , using the field and laboratory data to develop geotechnical recommendations for the proposed construction . It is recommended that Syntec Engineering Group, Inc. be retained to review the construction documents pertaining to the geotechnical recommendations in order to determine that our recommendations have been interpreted as intended . SEG # 0109-307 Page 2 The scope of the explorations , tests, and analyses for this study, and the recommendations in this report were selected or developed based on our understanding of the project, as described above and in later sections of this report . If pertinent details of the project have changed or otherwise differ from our description, we request that we be notified and engaged to review the changes and to modify our recommendations , if needed. The conclusions and recommendations presented in this report may not apply to different locations at the site. This report should be made available to prospective contractors for information only , and not as a warranty of subsurface conditions. 1.3 Report Format The first sections of the report describe the field and laboratory phases of the study . The remaining sections present our geotechnical recommendations for the design and construction of the new pavement sections . Boring logs and laboratory test results are presented in the report Illustrations . 2.0 FIELD INVESTIGATION AND LA BORA TORY TESTING 2.1 Field Exploration A total of 9 test borings were drilled and sampled to explore the subsurface conditions at the referenced site . The borings were advanced to a depth of 10 feet or 2 feet into rock , whichever is shallower. The following table summarizes the boring locations : Table 1: Boring Locations Boring Location Boring Location No. No. B-1 Across from 3412 Glenmont Ct. B-2 Across from 5220 Greene Avenue B-3 Across from 5509 Odessa Avenue B-4 Across from 5521 Wharton Drive B-5 Across from 5517 Wonder Drive B-6 Across from 3217 Indio Street B-7 Across from 5924 Peggy Drive B-8 Across from 328 Natchez Trace SEG # 0109-307 p 3 age Boring Location Boring Location No. No. B-9 Across from 5216 Garrick Drive The locations of the borings are shown on Figure 1. Logs of the borings with descriptions of the soils sampled are presented on Figure 2 through 9. Keys to the terms and symbols used on the boring logs are presented on Figure 10 . The borings were advanced using continuous flight augers and continuous sampling techniques . Undisturbed cohesive soil samples were obtained using 3-inch diameter thin -walled tube samplers that were pushed into the soil. The undrained compressive strength of cohesive soils was estimated in the field using a calibrated pocket penetrometer. Texas Department of Transportation (TxDOT) cone penetration tests were performed in the limestone bedrock . This test consists of driving a 3-inch diameter , 60-degree , steel cone w ith the energy equivalent of a 170-pound hammer dropped 24 inches . Depending on the resistance of the materials , either the number of hammer blows required to provide 12 inches of penetration or the inches of penetration for 100 blows of the hammer are recorded and are reported on the boring logs at the depths corresponding to where these tests were performed . The borings were drilled using dry auger procedures to observe water levels at the time of the exploration . These water level observations are recorded on the boring logs. 2.2 Laboratory Testing Laboratory tests were performed to define pertinent engineering characteristics of the soils encountered. The laboratory tests included moisture content , dry density determination , visual classification , liquid and plastic limit, unconfined compression, tr iaxial shear tests , Free Swell tests , Lime series tests and Soluble Sulfate tests . 2.2.1 Classification Tests The results of the natural moisture , density , and Atterberg limit determinations were used to classify the soils . These tests were performed in accordance with the current American Society SEG # 0109-307 Page 4 for Testing and Materials (ASTM) Procedures . The results of these determinations are presented at their respective sample depths on the boring logs . 2.2.2 Strength Tests Unconfined compression tests were performed on selected samples of the cohesive soils and the limestone . In the unconfined compression test , a cylindrical specimen is subjected to an axial load applied at a constant rate of strain until failure or a large strain occurs . Strengths determined by this test are tabulated at their respective sample depths on the boring logs . Six Triaxial shear tests were performed on specimens from selected samples of near surface soils to evaluate shear strength properties of the subgrade soils . The Triaxial shear tests included Unconsolidated-Undrained (UU) tests . These tests were performed by ML Testing, LLC . The results of these tests are presented on Figures 11 through 16 . 2.2.3 Free Swell Tests Selected samples of the near-surface cohesive soils were subjected to Free Swell tests. In the Free Swell test , a sample is placed in a consolidometer and subjected to the estimated overburden pressure . The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell , with initial and final moisture content. The Free Swell test results are shown on Figure 17 . These test results are used to estimate the post-construction vertical swell of the subgrade . 2.2.4 Lime Series The Eades and Grim lime series test is a test where the optimum percentage of hydrated lime required to stabilize and increase the strength of a clayey soil is determined . When hydrated lime is mixed with a clayey soil , a pozzalanic reaction and a calcium substitution occur, and the resulting soil-lime mix becomes more granular in texture and its strength increases. In the Eades and Grim lime series test, several specimens form a soil sample are mixed with varying percentages of hydrated lime and the pH of the resulting soil-lime mixtures is determined . The optimum percentage of hydrated lime required to stabilize the soil is the combination of the minimum percentage of hydrated lime required to produce a pH of about 12.42 for the soil lime SEG # 0109-307 Page 5 mixture and the minimum percentage of hydrated lime added to the soil sample beyond which the pH of the soi l-lime mixture does not increase significantly. For construction purposes , an additional 1 to 2 percent is added to the previously determined optimum amount of hydrated lime . The results of the Eades and Grim lime series test are presented on Figure 18. 2.2.5 Soluble Sulfate Soluble sulfate tests were conducted on selected soil samples recovered from the test borings. The sulfate testing was conducted to identify sulfate-induced heaving potential of the soils which can cause detrimental volumetric changes to the lime modified subgrade . Selected samples of the subgrade so ils were sh i pped to Xenco Laboratories for testing . The tests were conducted in accordance with TXDOT 145 E. The full Xenco report is available on file . The results of the sulfate tests are summarized on Figure 19 . Generally , elevated risk of sulfate induced heave occurs at concentration levels ranging from 2,000 to 3,000 ppm . Based on the analytical test results , the samples sulfate concentrations ranged from 200 to 300 ppm indicating low risk of sulfate induced heave . It should be noted that the limited amount of risk always exist due to the inherit limitations of the testing techniques . However, the residual soil of the Paw Paw formation is not known to be a concern of sulfate induced heave . 2.3 Review The s ite soil and rock stratigraphy was described in the field by our drillers. These descriptions were later modified in accordance with the results of the laboratory tests and visual exam inations of the samples performed in the laboratory. All recovered soil samples were examined , classified , and described i n general accordance with the appropriate ASTM and Unified So il Classification System (USCS) procedures . Classifications of the subsurface materials and finalized descriptions of soil and rock strata are shown on the attached boring logs . 3.0 GENERAL SUBSURFACE CONDITIONS 3 .1 Site Geology According to the Dallas Sheet of the Geo log ical Atlas of Texas , the p roject site is located in an undivided mapping unit which includes the Pawpaw Formation , Weno Limestone and Denton SEG # 0109-307 Page6 Clay of the lower Cretaceous age . The predominant formation based on the results of the test borings appears to be the Weno Formation . The Weno Formation is approximately 70 feet thick and is composed of interbedded clays, shales , marls and limestone . The Pawpaw, Weno and Denton formations typically weathers to form residual deposits of moderately to highly active clay soils . 3.2 Stratigraphy Details concerning the subsurface materials and conditions encountered are shown on the boring log . The stratification lines shown on the boring log represent approximate locations of changes between soil types ; in-situ, the transition between materials may be gradual. Generally , subsurface materials within the 10-ft maximum depths explored can be summarized in the following table : Table 2: Summary of Subsurface Conditions Stratum Description First Bottom of Encountered (ft) Stratum (ft) ! CLAY (CH), dark brown to brown , stiff to hard , w it h calcareous 0.3-1 1 2-7 .52 nodules II CLAY (CH), tannish brown to olive brown , stiff to hard , silty , blocky , 2-6 3 104 shalv . Ill CLAY (CL), seams tan , hard , calcareous , with tan weathered limestone 0 .25-6 5 4-8 IV LIMESTONE , tan , weathered , with intermittent calcareous clay 4-86 107 seams 1. Beneath 3" to one-foot asphalt pavement. 2 . Was not encountered at the location of Borings B-5 and B-8 . 3 . Was not encountered at the loca tions of Borings B-4 , 8 -5, B-6 , 8-7 and B-8 . 4 . Encou ntered to the 10-ft completion depth of the remaining borings . 5. Was not encountered at the locations of Borings 8 -1, B-2, B-3 and B-9 . 6. Was not encountered at the locations of Borings B-1 , B-2 , B-3 and B-9 . 7. Remained in evide nce to the completion depth of Borinqs B-1 , B-2, B-3 and B-8 Table 3: Engineering Properties: Engineering Properties Dark Br. Clay Moisture Content % 18-28 Liquid Limit % 52-73 Plastic Limit % 18-21 Plasticity Index % 34-52 Free Swell Tests % Pocket Penetrometer (tsf) 1.5-4 .5 TxDOT Cone (inches/blows) 3.3 Subsurface Water Conditions Light brown to Olive Clay 21 -29 59-70 20-23 39-47 2 .0-4.5 Tan Clay 7-17 35 14 21 4 0-4.5 SEG # 0109-307 Page 7 Tan Limestone 7-11 4 .5 1.25-2 .5 The borings were advanced using continuous flight auger methods in the "dry" (without using water as a drilling fluid). Advancing the borings using dry , continuous flight auger drilling methods allows us to observe of the initial and subsequent zones of seepage and record their levels . At the time the borings were advanced , groundwater seepage levels were not encountered in any of the test borings during or at completion of the drilling activities . Typically, shallow groundwater in the Pawpaw geological formation flows horizontally through the porous, tan, weathered limestone below the plastic clays and above the less permeable gray limestone . The quantity of the groundwater flows depends on several factors including local permeability , depth to gray limestone, seasonal precipitation, etc . It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. Future construction activities may also alter the surface and subsurface drainage characteristics of this site . If a noticeable change from the conditions is observed prior to construction , then this office should be notified immediately to review its effect on the design recommendations . 4.0 ANALYSIS AND RECOMMENDATIONS SEG # 0109-307 Page 8 The following design recommendations have been developed on the basis of the previously described project characteristics and subsurface conditions encountered . If there are any changes in the project criteria, such as relocating the building on the site or the amount of cutting and filling , a review should be made by the geotechnical engineer to evaluate if any further field exploration and/or modifications in our recommendations contained herein will be required . The geotechnical engineer should be retained to review final project plans and specifications for compliance with the recommendations of this study. 4.1 General Considerations Typically , the traffic in residential subdivisions consists of light automobiles , pickup trucks , panel vans , buses , construction vehicles , trash haulers and dumpsters , and 18-wheel trucks that can be partially or fully-loaded to a 80-kip capacity . All the different traffic types are converted into equivalent 18-kip single axle loads (ESAL) and the thickness of the pavements becomes a function of the ESAL applications . For the driveways and alleyways we have assumed that the design traffic is on the order of 5,000 ESAL repetitions . For the 2 lane residential streets, the design traffic is assumed to be 35 ,000 ESAL repetitions for 25 years service life . Based on the visual observations , we estimate that the exposed subgrade is within +/-1-ft of the finished subgrade elevations. The surficial soils encountered at the test borings consisted of diverse materials ranging from moderately to highly plastic clay soils . 4.2 Potential Vertical Movements The near-surface clay are considered to be moderately highly expansive and are capable of vertical and horizontal ground movements due to soil swell and shrinkage which occurs with changes in soil moisture content. The magnitude of the movements experienced by the pavement will depend on the moisture content and the thickness of clays at the time of construction, soil plasticity , rainfall moisture index , the local drainage characteristics, and other related factors . Based on the soil conditions and the clay depth, the magnitude of the soil swelling have been estimated using TxDOT Method Tex 124-E. Potential vertical movements on the order of 2 to 4 inches are estimated in most SEG # 0109-307 Page 9 years . Significantly more movements (in excess of 2 to 4 inches) can occur if poor drainage, excessive water collections, leaking pipelines , etc. occur. In order to minimize rainwater infiltration through the pavement surface , and thereby minimize future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on routine basis after construction . Swell ratios were analyzed based on the current moisture conditions and the percent swell obtained from the test borings . The swell ratios for all the test borings were 1.0 or greater. Therefore lime stabilization was considered in accordance with the City of Fort Worth Pavement Design Manual. 4.3 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration . The lime reacts with the sulfates causing large volumetric changes in the soil. Portland cement can also produce such large heave as a byproduct of hydration . Generally , elevated risk of sulfate induced heave occurs at concentration levels ranging from 2,000 to 3,000 ppm . Based on the analytical test results, the samples sulfate concentrations ranged from 200 to 300 ppm indicating low risk of sulfate induced heave . It should be noted that the limited amount of risk always exist due to the inherit limitations of the testing techniques . However, the residual soil of the Weno geological formation is not known to be a concern of sulfate induced heave . These test results suggest that the potential for sulfate attack within the near-surface soils is negligible . Therefore, we recommend using Type I cement concrete mix with a water-cement ratio limited to 0.45 or less. 4.4 Pavement Analysis Unconsolidated-undrained triaxial (UU) strength tests were performed on selected clay samples retrieved from the test borings . The (UU) test results were correlated to the California Bearing Ratios (CBR), and the residual modulus of the subgrade reaction as presented in Plate B.1 of the City of Fort Worth Pavement Design Manual. SEG # 0109-307 Page 10 The rigid pavement design for each street was then performed using 1993 AASHTO manual and DARWIN 3.0 software developed by AASHTO . The design was based on the following assumptions: Pavement Type-Jointed Reinforced Concrete Pavement 18 Kips-ESAL is 35 ,000 for high volume residential street Design Life is 25 years with no growth . Initial Serviceabil ity-4 .5 and Terminal Serviceability -2 .0 28 -day Mean PCC Modulus of Rupture -600 psi 28 -Day mean elastic modulus of slab-4,040 ,000 Reliability -80%, Standard Deviation -.35, Load Transfer Coeffic ient (J)-3 .0 Over all drainage Coefficient Cd of0.7 The computer program calculates the Mean Effective K-Values based on the input of the resilient modulus of both the raw subgrade and the base materials . The pavement thickness at the location of each test boring is shown in the following section . 5.0 PAVEMENT RECOMMENDATIONS 5.1 Lime Treated Subgrade Preparation Surficial clays present at this site are moderately active , and are subject to losses in shear strength with the increases in moisture content which normally occur beneath area paving . They typically react with hydrated lime , wh ich serves to improve their support value at higher moisture levels , and provide a firm , uniform subgrade benea th the paving . Based on the Atterberg Limits tests , 6 percent hydrated lime by dry weight (27 pounds per square yard per 6 inch depth) should be adequate to stabilize the existing clay subgrade soils . The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade (TxDOT Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry dens ity as determined in accordance with ASTM D 698 , within 3 percentage points of the soil's optimum moisture content. SEG # 0109-307 Page 11 We recommend that this lime stabilization extend 2 feet beyond exposed pavement edges, if possible, in order to reduce the effects of shrinkage during extended dry periods . After blue top stakes are set in preparation for grading the lime stabilized subgrade , depth checks should be performed to verify that the specified depth of stabilization is present after final grading of the stabilized subgrade . Sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow , resulting in heave and strength loss of subgrade soils . It should be specified that only lime-stabilized soil would be allowed for fine grading . After fine grading each area in preparation for paving , the subgrade surface should be lightly moistened , as needed , and recompacted to obtain a tight non -yielding subgrade . Therefore , in areas where sand is exposed at the surface , it should be over excavated and replaced with on-site clayey materials prior to stabilization for optimum results. Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing , the lime treated subgrade should be lightly rolled and maintained at or within 5 percentage points above the soil's optimum moisture content until final mixing and compaction . We recommend a 3-day curing period for these soils . The following gradation requirements are recommended for the stabilized materials prior to final compaction : Minimum Passing 1 3/4" Sieve Minimum Passing No . 4 Sieve Percent 100 60 All nonslaking aggregates retained on the No. 4 sieve should be removed prior to test ing . The prepared subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 7 days or until the pavement materials are placed . Pavement areas should be graded at all times to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas. Due to the presence of expansive clay soils, some pavement movements should be anticipated, even if our recommendations are strictly followed . Inspection during construction is particularly important to insure proper construction procedures are followed . 5.2 Pavement Sections SEG # 0109-307 Page 12 The pavement design was performed using DARWIN 3 .0 computer program which was developed in accordance with 1993 AASHTO Guide for Design of Pavements Structures. The following table summarizes the pavement depth at each boring location : Boring No. Street Name Subgrade Preparation PCC Thickness (inches) B-1 Glenmont Ct. 6 inches lime (27 lb/sy) 7 .5 B-2 Greene Avenue 6 inches lime (27 lb/sy) 7.5 B-3 Odessa Avenue 6 inches lime (27 lb/sy) 7 .5 B-4 Wharton Drive 6 inches lime (27 lb/sy) 7 .5 B-5 Wonder Drive 6 inches lime (27 lb/sy) 7 .5 B-6 Indio Drive 6 inches lime (27 lb/sy) 7 .5 8-7 Peggy Drive 6 inches lime (27 lb/sy) 7 .5 B-8 Natchez Trace 6 inches lime (27 lb/sy) 7 .5 B-9 Garrick Drive 6 inches lime (27 lb/sy) 7 .5 SEG # 0109-307 Page 13 Concrete quality will be important in order to produce the desired flexural strength and long-term durability. Assuming a nominal maximum aggregate size of 1 to 1 3/8 inches, we recommend that the concrete have entrained air of 5 percent (±1 %) with a maximum water cement ratio of 0 .50 . Proper joint placement and design is critical to pavement performance . Load transfer at all longitudinal joints and maintenance of water-tight joints should be accomplished by use of tie bars. Control joints should be sawed within 5 to 12 hours after placing concrete . Joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel , etc . We have found that joint spacing on 12 to 15 foot centers have generally performed satisfactorily . Expansion joints should be on a 45-foot spacing and be sealed with an elastomeric joint sealant. It is our recommendation that the concrete pavement be reinforced with No . 3 bars on approximately 18-inch centers in each direction or equivalent reinforcing steel. In loading dock areas we recommend that the perimeter of the pavement area have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavement and also to provide canalized drainage. 5.3 Special Pavement Considerations It is recommended that provisions be made in the contract to provide for proofrolling in entire pavement areas . It is also recommended that an item be included for removal and replacement of soft materials , which are identified by this procedure . Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered , these areas should be removed to a firm subgrade . Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material, which can be properly compacted . Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 . SEG # 0109-307 Page 14 Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field moisture near optimum . All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation . 6.0 EARTHWORK GUIDELINES It is possible that variations in subsurface conditions will be encountered during construction . Construction problems , particularly as to degree or magnitude, cannot be anticipated until the course of construction . Recommendations offered in the following paragraphs are not intended to limit or preclude other conceivable solutions but rather to provide the client with our observations based on our experience and our understanding of the project characteristics and subsurface conditions . To ensure that the recommendations contained in this study are adhered to , the geotechnical engineer should be retained by the client to review tests and observations performed during construction . 6.1 Site Preparation Prior to fill placement, if any , we recommend that the exposed subgrade be carefully inspected by proofrolling to compact pockets of loose soil and expose additional areas of weak, soft , or wet soils. The proofrolling operation must be performed under the observation of a qualified geotechnical engineer. Proofrolling consists of rolling the entire subgrade with a heavily loaded tandem axle dump truck or other approved equipment capable of applying similar wheel loads. Any soft, wet or weak fill or natural soils observed during proofrolling should be removed and replaced with well- compacted material as outlined in Section 6 .2 . Care should be exercised during the grading operations at the site . The traffic of heavy equipment, including heavy compaction equipment, may create a general deterioration of the shallower soils. Therefore, it should be anticipated that some construction difficulties could be encountered during periods when these soils are saturated and that it may be necessary to improve, remove or simply stay off of the saturated soils . 6.2 Fill Composition/Compaction SEG # 0109-307 Page 15 All soil materials used as fill should be free of deleterious material. All clayey soils should be compacted to a dry density of at least 95 percent, but not exceeding 98 percent, of the Standard maximum dry density (ASTM D-698 Method A). The compacted moisture content of the clays during placement should be at optimum and not exceeding 4 percentage points above the optimum moisture content. Select fill brought in from off-site , if needed , should consist of a uniform, homogeneous , non - expansive silty clay , sandy clay or clayey sand soil with a liquid limit (LL) between 20 and 35 and have a plasticity index (Pl) of not less than 5 or greater than 15. All select fill should be moisture processed within -3 to +3 percentage points of the materials optimum moisture content and compacted to a dry density of at least 95 percent of the Standard maximum dry density. Compaction should be accomplished by placing the fill in 6 to 8 inch thick loose lifts and compacting each lift to at least the specified minimum dry density. It is imperative that the fill materials not exceed four inches in maximum size . If larger fragments or clods are encountered during grading , they must be broken down prior to final placement and compaction in the fill. In order for the fill materials to perform as intended , the fill material must be placed in a manner which produces a good uniform fill compacted within the density and moisture ranges outlined in the preceding paragraphs . Density testing must be performed on fill soils to confirm this performance as construction progresses. In the building area fills, we recommend that each lift be tested at a frequency of no less than 1 test per lift. 6.3 Groundwater We don't anticipate groundwater seepage in the shallow excavation. If groundwater seepage is encountered during the building pad excavation, we recommend grading the subgrade toward the corners of the excavations and pump the water out to a suitable drainage system . 7.0 GENERAL COMMENTS SEG # 0109-307 Page 16 The analysis and recommendations presented in this study are based upon the data obtained from the test borings at the indicated locations and from any other information discussed herein. If variations appear evident, it will be necessary to re-evaluate the recommendations of this study . It is recommended that the geotechnical engineer be given the opportunity to review the plans and specifications so that comments can be made regarding the interpretation and implementation of our geotechnical recommendations in the design and specifications . It is further recommended that the geotechnical engineer be retained to review tests and observations performed during earthwork and foundation construction phases to help verify that design requirements are fulfilled . This study has been prepared for the exclus ive use of our client for specific application to the project described herein and has been prepared in accordance with generally accepted geotechnical engineering practices . No warranties , either expressed or implied, are intended or made. In the event that any changes in the nature, design or location of the project as outlined in this study are planned, the conclusions and recommendations contained in this study shall not be considered valid unless the changes are reviewed and the conclusions of this study modified or verified in writing by the geotechnical engineer. Environmental issues regarding this site are not addressed in this study . Only geotechnical recommendations for use in design of specific construction elements , earthwork and quality control testing during construction are presented herein . Caution should always be exercised when working around excavations ; a collapse hazard may exist and particular care should be taken when working in/or near excavations 4-ft deep or greater. This firm does not practice or consult in the field of safety engineering . We do not direct the contractor's operations and we cannot be responsible for other than our own personnel on the site; therefore , the safety of others is the responsibility of the contractor. The contractor should notify the owner if any of the recommended actions presented herein are considered to be unsafe. ILLUSTRATIONS Boring and laboratory data presented were developed solely for 'the preparation of th is report. We are not responsible for interpretation or use of these data for purposes beyond the stated scope of this report . Subsurface conditions different than those found at our boring location may be present as a result of, among other factors, soil moisture variations , fill placement , and naturally occurring variations in soil properties and elevation of the top of the rock . KEY TO SOIL SYMBOLS AND CLASSIFICATIONS The abbreviations commonly used on each "Record of Subsurface Exploration", as seen on the figures and in the text of th e report , are as follows : I. SOIL DESCRIPTION II. Il l. IV. (a) Cohesionless Soils Relative Density N. BLOWS/FT Very Loose O to 4 Loose 5 to 10 Compact 11 to 30 Dense 31 to 50 Very Dense Over 50 (b) Cohesive Soils Consistency Very Soft Soft Firm Stiff Very Stiff Hard Less than 0 .25 0 .25 to 0 .50 0 .50 to 1.00 1.00 to 2 .00 2 .00 to 4 .00 Over4.00 PLASTICITY Degree of Plasticity Plasticity Index None to Slight Slight 0-4 5-10 11 -30 Over 30 Medium High to Very High RELATIVE PROPORTIONS Descriptive Term Trace 1 -10 11 -20 21 -35 36 -50 Little Some And PARTICLE SIZE IDENTIFI CATION Boulders : Cobbles : Gravel Sand : Silt: Clay: 8 in diameter or more 3 in to 8 in diameter Coarse -3/4 in to 3 in Fine - 5.0 mm to 3/4 in Coarse -2 .0 mm to 5 .0 mm Medium -0.4 mm to 2.0 mm Fine -0.07 mm to 0.4 mm 0 .002 mm to 0 .07 mm less than 0 .002 mm V. VI. SOIL PROPERTY SYMBOLS N : Standard Penetration Resistance : Number of blows by a 140 lb hammer dropped 30 in, required to drive a 2 in OD split spoon sampler 1 ft Qu : Unconfined Compressive Strength, TSF Qp: Pocket Penetrometer Unconfined Compressive Strength , TSF Dd : Natural Dry Unit Weight , PCF : Apparent Groundwater Le vel at Time Noted Mc: Moisture or Water Content, % LL : Liquid Limit PL: Plastic Lim it Pl : Plasticity Index LI : Liquidity Index (Mc-PUPI) e : Void Ratio Gs: Specific Gravity of Solid Particles k : Coefficient of Permeability i: Hydraulic Gradient q : Rate of Discharge h: Hydraulic Gradient TSF: Tons per Square Foot PSF: Pounds per Square Foot KSF: Kips per Square Foot PCF : Pounds per Cubic Foot DRILLING/EXCAVATING AND SAMPLING SYMBOLS AR: Air Rotary CFA: Continuous Flight Auger HSA: Hollow Stem Auger RW: Rotary Wash BH : Backhoe AU : Auger Sample BS : Bag Sample RC : Rock Core SS : Split-Spoon , 1-3/8 in ID, 2 in OD , Except as Noted TUBE : Shelby Tube , 3 in OD , Except as Noted WS : Wash Sample OD : Outside Diameter ID : Inside Diameter TxC : Texas Department of Transportation Cone Penetrometer Test RQD : Rock Quality Designation CR: Core Recovery ,% NOTE: SOILS ARE CLASSIFIED IN GENERAL ACCORDANCE WITH THE UNIFIED SOIL CLASSIFICATION SYSTEM Syntec Engineering Group, Inc . Figure 10 Application LIME STABILIZATION RECOMMENDATIONS FOR PAVEMENT SUBGRADE SOILS PROPOSED STREETS FORT WORTH, TEXAS The hydrated lime should be applied only in the area where the first mixing operations can be completed during the same working day. The hydrated lime should be placed by the slurry method . The hydrated lime should be mixed with water in trucks or in tanks and applied as a thin water suspension or slurry . The distributor truck or tank should be equipped with an agitator, which will keep the lime and water in a uniform mixture. Approximately 32 pounds of hydrated lime per square yard will give the 7 percent required for a 6-inch thick stabilized subgrade . By calculating the number of square yards in each area and by knowing the amounts per truck load , the rate of application can be checked very closely . Mixing The material and hydrated lime should be thoroughly mixed by a rotary mixer or other device to obtain a homogeneous, friable mixture of material and lime free from all clods or lumps and left to cure from one to four days . From our experience , we have found that a curing period of 48 to 72 hours is adequate. During the curing period, the material should be kept moist. Final Mixing After the required curing time, the material should be uniformly mixed with a rotary mixer capable of reducing the size of the particles so that when all non-slaking aggregates (asphalt particles) retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves : Minimum passing 1-3/4" sieve -100% Minimum passing No . 4 sieve -60% During the interval of time between applications and mixing , the hydrated lime should not be exposed to the open air for a period of over six hours. A-1 Compaction Compaction of the mixture should begin immediately after final mixing , and no later than three calendar days after final mixing . The material should be aerated or sprinkled as necessary to provide the optimum moisture . Compaction should beg in at the bottom and continue until the entire depth of mixture is uniformly compacted . All irregularities, depressions , or weak spots which develop must be corrected immediately by scarifying the areas affected , adding or removing material , and reshaping and recompacting by sprinkling and rolling . The surface should be maintained in a smooth condition -free from undulations and ruts . The subgrade should be compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698), at a moisture content within 3 percentage points of optimum moisture content. Compaction and moisture checks should be taken within all paving areas at the rate of one field density test per lift , per each 5,000 square feet. These tests are necessary to determine if the recommended moisture and compaction requirements have been attained . After the required compaction is reached , the subgrade should be brought to the required lines and grades and finished by rolling with a pneumatic tire or other suitable roller sufficiently light to prevent hair crack ing . A -2 j /"' o'() o<:-<:} ,yntec Eng1nea1ng Group, Inc. Geclldnalr,d-~c:aun, Ho. 0109-307 00 ~o ~ (90'. ,9(9 r~ -::,0 ~I ?,. 0. C: ..... ~1 :,._ '2..-0 "' :l: ~ 8-5~ ""Cl 0 9~ 8-4 I 0 I :;:: o? ~ I I I _,,,,,__8-1 ·~--gil!.'2'.!2::!:! .:l y;e,<::-8-6 _ C, / " .... v ~,' /c' "'' 0,0, V ,0 O;o <,/ Pavement Design Selected Streets Fort Worth, Texas ' I I I "'"\ 1::,... Qi"' I C tle, I~ C '/E <ll ,~....., '8-7: /'-.._ I Natchez Hallmark --Trace -~-----8-8 ~ 0 ""Cl ~ u 0 Q: Ill ~ .... 0 ~ 0 :i:: :,._ 0 :l: <I) ~ .J:: t: :::, 0 tr) O 100 Feet I"'! -• Approximate Scale Agure 1 Boring Location Plan a> 12 i:i ... t-- 0 ~ I u w t--z >-rn ii'. <:> ,._ 0 <'/ a> 0 ;; --' --' ~ w --' CD -< ir < > I t--;;: <:> z ir 0 CD Job Number: P roject: Address : Date Started : Groundwater : C, QJ 0 Cl. -~ _J >, Q) u f- .i:: QJ -QJ :.c g-u_ Cl. a. 0 ~ E ('.) "' LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Street Improvements Fort Worth, TX 3/25/09 Not Encountered • She lby Tu be ~ Standard OJ Rock ~ Split Spoon Core ~ Texas a.J Cone l]Bag Sample 1'l No L..::::,I Recove ry Bori ng No .: B-1 Boring Locati on : See Plan of Borings Drill Type : Ground Elev.: Continuous Sampling Not Surveyed "Sf_ Water Level -ATD y Static Water -Table en !:~2 ~~di .2oa.. ~~o a..·-z (/) 0 <( .. II (/) f----------S-O-IL-DE_S_C_R_I_P_T_IO-N-----------1Z~~ ASPHALT, cons isting of 7 inc hes HMAC , no base CLAY (CH), dark b rown, fi rm to stiff, w it h li me pe bb les P=1.5 22 CLAY (CH), brown to gray, very sti ff, silty , b locky P=3 .5 26 68 25 43 -grades t o hard in consisten cy below 5 feet P=4.5 24 P=4 .5 23 67 23 44 P=4 .5 24 Boring term inated at 10 feet Located @ 3412 Glenmont Ct.. Ft. Worth Benchmark m ~ ~ b CJ I 0 w 1--z >-VJ Q Cl ,._ g d, 0 0 w _, m .,: ii: ~ I 1--;: CJ z ii: Job Number: Project: Address : Date Started : Groundwater: C') a., C. .£: 0 >, _J I-.s:: QJ 0 a., g-tf :c a. C. E 0 ~ ('.) "' Cl) LOG OF EXP LORA TORY BORING Sheet 1 of 1 0109-307 Boring No .: B-2 Street Improvements Fort Worth, TX 3/25/09 Boring Location: See Plan of Borings Drill Type: Not Encountered Ground Elev.: Continuous Sampling Not Surveyed • Shelby ~ Standard [[J Rock .sz. Water Leve l Tube Split Spoon Core -ATD ~ Texas I] Bag [SJ No y Static Water Cone Sample Recovery -Table SOIL DESCRIPTION ASPHALT, consisting of 2 .5 inches HMAC over 4 inches crushed rock base . CLAY (CH), brown , hard , with lime pebbles and limestone fragments -grades to stiff to very stiff in consistency below 2 feet CLAY (CH), brown to gray , hard , silty , blocky , shaly Boring terminated at 10 feet Located@ 5220 Greene Avenue , Ft. Worth , TX (/) ~~~ ;-i, "'-"' z ~*-3:ow >,~ .2oc.. ·oo :g # u~ .'t: 0 :,-c-:.::::;; -0 .a~ _c a., 0 :, ...: "'-:.= x-1-co !/) QJ 0 C. -~·E ~-E (/) a., C.. ·-Z ·oc -1 ::J C..:.:J "'-0 wO<( ~o ~ a::.s .. II 0 0 ZI-.. .. a.. I- P=4 .5 26 P=2 .5 21 P=3.5 25 P=4.5 24 70 23 47 P=4 .5 25 -oc a.,~ c~ o~ <.::.S:: ~~ c-00'> oC Cl!! :)-Cl) al l!::::::=::!:::::::::::========= Benchmark===============::::!:::=====================I w __J <D < ex: ~ I l- s:' C) z ex: Job Number: Project: Address : Date Started : Groundwater: 0) Q) 0 a. -~ >-_J f-.c a, u Q) -Q) :c a. aTlL a. E 0 ~ ('.) "' en LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Boring No .: B-3 Street Improvements Boring Location : See Plan of Borings Fort Worth, TX 3/25/09 Drill Type : Not Encountered Ground Elev .: Continuous Sampling Not Surveyed • Shelby ~ Standard OJ Rock SL Water Level Tube Split Spoon Core -ATD liiiji;J Texas I] Bag [SJ No y Static Water Cone Sample Recovery -Table SOIL DESCRIPTION ASPHALT, consisting of 3 inches HMAC over 7 inches crushed rock base . CLAY (CH), brown to olive brown , very stiff, with limestone fragments -grades to stiff in consistency between 4 and 6 feet CLAY (CH), tannish brown and gray, very stiff, blocky , silty -Boring terminated at 10 feet _Located@ 5509 Odessa Avenue rn ~~?i ~ ~.oz Cl)~ Z::,?f!. ucft. u-;fl. 0 oW ~ --·.; -00.. c-·s ..:-:;:::: -u .o~ -c Q) u rn-:;:: >< f-co "' Q) 0 a. .Q"·E .!!l .E "' Q) o..·-Z ·oc _J :.:J a.. :.:::i "'"O enO<( ~o ~ a: .f: .. II (_) 0 Zf-.. .. 0.. f- P=3 .5 27 P=2 .5 28 P=2 .0 28 P=2 .5 24 P=4 .5 26 63 23 40 "O .;:::- Q) .l!l c ~ o ~ ,;::: .c ~c c-0 0) uC c~ ::,-en al l!====::::!::========= Benchmark·======================:!::::::=========1 b ('.) I u w ~ >-"' w ...J m <( ii: ~ I I- ~ '-' z ii: Job Number: Project: Address : Date Started : Groundwater: 0, Q) 0 C. .S _J >. I-.c a, u Q) -Q) E g-lL C. a. 0 "' E "' LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Street Improvements Fort Worth, TX 3/25/09 Not Encountered • Shelby Tube ~ Standard [D Rock ~ Spl it Spoon Core ~ Texas a.J Cone (]Bag Sample ~No ~ Recovery Boring No .: B-4 Boring Location : See Plan of Borings Drill Type : Ground Elev .: Intermittent Sampling Not Surveyed y;z Water Le ve l -ATD Y. Static Water -Table "' E~'B ~~d] .2011. .o!:: 0 ti::-Sz U)O<( .. II t5 U) 1----------S-O-IL_D_E_S_C_R_I_P_T_IO_N _________ ~z~~ ASPHALT, consisting of 3 inches HMAC over 7 inches crushed stone base CLAY (CH). brown to olive brown , hard , with limestone fragments CLAY (CL), tan , hard , with tan weathered limestone seams LIMESTONE tan , weathered , moderately soft rock , with calcareous clay seams -Boring terminated at10 feet -Located@ 5521 Wharton Drive, Ft. Worth , TX P=4 .5 8 P=4 .5 19 52 18 34 95 7 P=4 .0 9 T=2 .5" 9 lil1=============== Benchmark===============::!::::::::=====================1 w _, al .,: ir ;; I ... ;: Cl z ir Job Number: Project: Address : Date Started : Groundwater: 0) Cl) 0 0. .S _J >, ai 0 I-.c Cl) -Cl) i: g. u.. 0. 0. 0 "' E "' LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Street Improvements Fort Worth, TX 3/25/09 Not Encountered • Shelby Tube l'C7I Standard [D Rock ~ Split Spoon Core .::-1 Texas .i Cone l]Bag Sample 1':i No ~ Recovery Boring No .: 8-5 Boring Location: See Plan of Borings Drill Type: Ground Elev .: Intermittent Sampling Not Surveyed 52 Water Level -ATD y Static Water -Table V) .i:: 3: '1ii -~-~~m .200.. .o!:o ti:.Sz Cl)O <( .. II -~ -o*-c._ ·-- Cl) 0 :, "" o o. .!2" E 2:-_J ::i 0 (!) (/) 1----------S-O-IL_D_E_S_C_R_I_P_T_IO-N---------~Z~~ ASPHALT, consisting of 5 inches HMAC over 7.5 inches crushed rock (base). 1------------------------------1 P=4 .5 CLAY (CL). tannish brown , hard , with limestone fragments LIMESTONE, tan , weathe red , moderately soft rock , with calcareous clay seams -Boring terminated at 6 feet -Located@ 5517 Wonder Dr., Ft. Worth , TX P=4 .5 T=1 .5" 17 12 7 al 1=====::::::!::::::::::!::======= Benchmark=========::::::!::::================!::::=::::::!::===:::=.1 -, a.. (!J r- ~ 0 0 w .., Cll < a: ~ I ... ~ Cl z a: Job Number: Project: Address : Date Started : Groundwater: CJ) <lJ 0 a. -~ >, _J I-.c Q) () <lJ -<lJ E 0.. fru. a. 0 ~ E 0 "' (/) LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Boring No.: 8-6 Street Improvements Boring Location : See Plan of Borings Fort Worth, TX 3/25/09 Drill Type: Not Encountered Ground Elev.: Continuous Sampling Not Surveyed <I) • Shelby C8J Standard DJ Rock .sz. Water Level ~ 3: 't; -.2-ii-Tube Split Spoon Core -ATD ~ .0 z w*->-;::g -a*-u?f!, 0 oW ~--"cii ~o -00.. c-·5 ....;-~ .-t£ () .o!::o -c <lJ u :;::; X liiiji;J Texas I] Bag !SJ No y Static Water <I) <lJ 0 a. .,n:~ <I) <lJ ti::-~z ·oc -E "'"O Cone Sample Recovery -Table U)O<( ~o 2:' _J ::J a..::; 0::: .5 .. II u 0 ZI--.. SOIL DESCRIPTION .. a.. I- P=4.5 23 -hard in consistency between 2 to 4 feet P=4 .0 -grades to very stiff below 4 feet P=3 .0 18 64 16 48 CLAY (CL}, tan, stiff, calcareous, with limestone seams P=2 .5 15 LIMESTONI; tan , weathered , moderately soft rock , with calcareous clay seams T=1 .5" 9 -Boring terminated at 10 feet -Located@ 3217 Indio St., Fort Worth . -oc <lJ ti c~ o~ "".c ~~ c-0 CJ) U C C ~ ::,-(/) gl!:::::=====::::::!::======= Benchmark·=============:::!:::===============!::::::!.I w -' ID «: ii: ~ I I-;: c::J z ii: Job Number: Project: Address: Date Started: Groundwater: 0, <1l C. 0 .S ....J >, I-.c Q) {) <1l -<1l :.E g-u_ 0. C. 0 ~ E (!) Ol (/) LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Boring No .: 8-7 Street Improvements Fort Worth, TX 3/25/09 Boring Location : See Plan of Borings Drill Type: Not Encountered Ground Elev .: Continuous Sampling Not Surveyed • Shelby ~ Standard [D Rock sz. Water Level Tube Spli t Spoon Core -ATD ~ Texas I] Bag [SJ No Y. Static Water Cone Sample Recovery -Tabl e SOIL DESCRIPTION ASPHALT . consisting of 7 inches HMAC , no base CLAY (CH), dark brown , stiff, silty , with limestone pebbles -hard in consistency between 2 and 4 feet CLAY (CL), tan , calcareous. hard , with limestone seams LIMESTONE. tan , moderately soft rock, with tan calcareous clay seams -Boring terminated @ 10 feet -Located @ 5924 Peggy Drive , Ft. Worth , TX <I) ~ 3: 'ti -..Q-i::' <I) .0 z G.>~ 3: ow ~>R. ·v; u ~ u~ .2on. :5 ..;-__ o c-·5 _.. ·.;::. -{) .0 !:: 0 -c <1l {) "'-.; x- <I) <1l 0 C. .!;n~ .!!!.E <I) <1l ~.Sz ·oc Ol -0 (/)0 ~ ~o ~ __J :J Cl.:.:::i a:.s .. II (.) 0 ZI--.. . . Cl. I- P=2.0 P=4 .0 26 89 73 21 52 P=2 .0 27 P=4.5 29 T=1 .25 " 11 -cc <1>2 c -o ~ ,.= .c ~~ c-0 0, 0 C c~ ::) ci5 .76 li1l!:::::====:::!:::========== Benchmark============================::!:::::::!I ti (!) :r: u w .... z >-en ~ (!) .... g gi 0 _J ~ w _J CD .,: a' ~ I .... ;: (!) z a' Job Number: Project: Add ress : Date Started : Groundwater: 0) Ql 0 0. -~ -' >, ..c di u I- -Ql i: Ql g-u... 0. 0. 0 ~ E "' LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Street Improvements Fort Worth, TX 3/25/09 Not Encountered • Shelby Tube ~ Standard [D Rock ~ Split Spoon Core lliii::I Te xas i.l Cone (]Ba g Sample ~No ~ Recovery Boring No .: 8-8 Boring Location : See Plan of Borings Drill Type: Ground Elev .: Continuous Sampling Not Surveyed 'SJ... Water Level -ATD y Static Water -Table <I) ~~~ ~~ct:i .2on. .o~o ti::-~z (f)O<( .. II <.'.) Cf) >----------S-0-IL_D_E_S_C_R_I_P_T_IO-N---------~Z~~ ASPHALT, consistin of 2 .5 inches HMAC , no base CLAY {CU tan , hard , with limestone fragments LIMESTONE tan , weathered , moderately soft rock , w it h calcareous clay seams -Boring term inated at 10 feet -Boring Located @ 328 Natchez Trace P=4 .5 14 35 14 21 80 P=4 .5 13 P=4 .5 10 P=4 .5 10 T=2 .5" gl!:::::=============== Benchmark============:::::!:========:::::!:::========::::!l ~ ~ l-o <:> I (.) w 1-z >-en w -' a, < oc ~ I I-;; Cl z oc Job Number: Project: Address : Date Started : Groundwater: 0) (I) 0 a. -~ _J >, a:; <.) t-.c (I) -(I) :.c a}LL a. 0. 0 ~ E <O LOG OF EXPLORATORY BORING Sheet 1 of 1 0109-307 Street Improvements Fort Worth, TX 3/25/09 Not Encountered • Shelby Tube 1':71 Standard DJ Rock ~ Split Spoon Core ~ Texas a.J Cone I] Bag Sample ~No LJ Recovery Boring No.: 8-9 Boring Location : See Plan of Borings Drill Type : Ground Elev .: Continuous Sampling Not Surveyed "Sl.. Water Level -ATD y Static Water -Table "' ~]'§ ~.oz ..28~ .c~o h=-~ z CfJO< .. II ('.) Cf) ~---------S-0-IL_D_E_S_C_R_I_PT_I_O_N _________ ~z~~ ASPHALT, consistin of 3.5 inches HMAC, no base . CLAY (CH), dark brown , very stiff, with lime pebbles P=3 .5 22 P=2 .5 22 98 -grades to stiff in consistency below 4 feet P=2 .0 CLAY (CH), brown to gray, stiff, silty , blocky P=2 .0 21 59 20 39 91 -hard in consistency below 8 feet P=4 .5 21 Boring terminated at 10 feet -Located@ 5216 Garrick Dr ., Ft. Worth , TX 1.3 2il l!:::============== Benchmark·=========:::::::!===::::!:::::::::::!=========::::!:::::::::::!=:::::!I 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product Syntec Engineering Group 2154 W. Northwest Highway Dallas, TX Rigid Structural Design Module Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Odessa Rigid Structural Design JPCP 875,000 4.5 2 650 psi 4,400,000 psi 75 psi /in 80% 0.35 3 0 .75 7.35 in Effective Modulus of Subgrade Reaction Period I Base Type Base Thickness Depth to Bedrock Projected Slab Thickness Loss of Support Category Description Spring Effective Modulus ofSubgrade Reaction lime treated subgrade 6in 10 ft 7.5 in 1.5 75 psi /in Page I Roadbed Soil Resilient Modulus (psi) 7,000 Base Elastic Modulus (Qill 30,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTO Ware Computer Software Product Syntec Engineering Group 2154 W . Northwest Highway Dallas, TX Rigid Structural Design Module Pavement Type 18-kip ESALs Over lnitial Performance Peri o d Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulu s of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Desi g n Thickness Glenmont Ct. Rigid Structural Design JPCP 875 ,000 4 .5 2 600 psi 4,050,000 psi 117 psi /in 80% 0.35 3 0 .75 7.47 in Effective Modulus of Subgrade Reaction Period I Base Type Base Thickness Depth to Bedrock Projected Slab Thickness Loss of Support Category Description Spring Effective Modulu s of Subgrade Reaction lime treated subgrade 6in 10 ft 7.5 in 1 117 psi /in Page I Roadbed Soil Re silient Modulus (ps i) 7,000 Base Elastic Modulus illill 20,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product Sy ntec Eng in ee rin g Group 2 154 W . N o rthw es t Hi g hway Da ll as, TX Rigid Structural Design Module P ave me nt Ty pe 18-kip ESALs Over Initi a l Perfo rm a nce Peri o d Initia l Se rvi ceabili ty Termin a l Servi ceabili ty 2 8-d ay M ean PCC Mo dulu s of Rupture 2 8-day M ea n Elas ti c Mod ulu s of Sl a b M ea n Effecti ve k-va lu e R e li a bility Level O ve rall Standard Dev iatio n Lo ad Trans fer Coe ffi c ient , J Overa ll D rai nage Coefficient, Cd Calcul a ted Des ig n T h ic kn ess G reene A ve nu e Rigid Structural Design J PC P 875 ,000 4.5 2 65 0 ps i 4 ,400 ,00 0 ps i 57 ps i/in 80% 0 .35 3 0.75 7 .45 in Effective Modulus of Subgrade Reaction P e ri od I B ase T ype Base Thickness D e pth t o Bedroc k Proj ecte d S lab Thi ckn ess Loss of Suppo rt Category Desc rip tion S pring Effective M odulu s of S ub grade Reacti on lim e tr eated s ub grad e 6 in IO ft 7.5 in 1.5 75 ps i/in * Road bed So il Res il ie nt M odulu s (ps i) 7,000 *N ote: Thi s valu e is not re present ed by th e inputs o r an e rror occurred in ca lcul ati o n . Page I Base Elasti c Mo dulu s illfil.l 30 ,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTO Ware Computer Software Product Syn tec Eng in eerin g Grou p 2 154 W . Northwest Hi g hway Da ll as, T X Rigid Structural Design Module Pave m ent Ty pe 18 -kip ES ALs Over Initial Perfo rm a nce Pe ri o d Initial Servi ceability Terminal Se rvi ceabili ty 2 8-day Mean P CC Mo dulus of Rupture 2 8-d ay Mean E lasti c M odulu s of S la b M ean E ffecti ve k-valu e R e liability L evel O ve rall Standard Dev iati o n L oad Trans fer Coeffici e nt, J Overa ll Drainage Coeffi c ient, C d Calculated Des ig n Thickness lndi o A venu e Rigid Structural Design JPC P 87 5,000 4 .5 2 650 ps i 4 ,400,000 psi 79 ps i/in 80 % 0 .3 5 3 0 .75 7.33 in Effective Modulus of Subgrade Reaction Peri od 1 B ase T y pe B ase Thickness D epth to Be droc k Projected Slab Thickness Lo ss of Support Category Descripti o n Spring E ffecti ve M odulu s o f Subgrad e Reacti on lim e treate d s ub g rade 6in 8 ft 7.5 in 1.5 79 ps i/in Page 1 R oadb ed So il Res ili ent Modulu s (ps i) 7,000 Base E lasti c M odulu s will 30 ,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTO Ware Computer Software Product Syntec E ng ineering Group 2154 W . Northwest Highway Dallas, TX Rigid Structural Design Module Pavement Ty pe 18-kip ESALs Over Initi al Performance Period Initial Serviceability Terminal Serviceability 28-d ay Mean PCC Modulus of Rupture 28-day Mean E lastic Modulus of S lab Mean Effecti ve k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calcu lated Design Thickness Natchez Trace Rigid Structural Design JPCP 875 ,000 4 .5 2 650 psi 4,400,000 psi 114 psi /in 80% 0 .35 3 0.75 7.18 in Effective Modulus of Subgrade Reaction Peri od I Base Type Base Thickness Depth to Bedrock Projected Slab Thickness Loss of Support Category Description Spring Effective Modulus of Subgrade Reaction lime treated subgrade 6 in 8 ft 7 .5 in 1.5 114 ps i/in Page I Roadbed Soil Res ili e nt Modulus (psi) 12,000 Base E lastic Modulus (Qill 40,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTO Ware Computer Software Product Sy ntec Eng ineerin g Gro up 2 154 W. N o rthw est Hig hway Da ll as, TX Rigid Structural Design Module Pavem e nt Ty pe 18-kip ESALs O ve r Initi a l Perfo rmance Pe ri o d Initial Servi ceabili ty Te rmin a l Se rvi ceabili ty 2 8-day Mea n PCC Modulu s of Rupture 2 8-day M ea n E las ti c M odulu s o f S la b Mean Effecti ve k-va lu e Re liability Level O verall Standard Dev iati o n Load Tra nsfer Coe ffici ent , J Overall Dra in age Coe ffi c ient , Cd Calc ul a ted Des ign Thi c kn ess Peggy Avenu e Rigid Structural Design JPC P 875 ,000 4.5 2 650 ps i 4,400 ,000 psi 79 ps i/in 80 % 0 .3 5 3 0 .75 7.33 in Effective Modulus of Subgrade Reaction Pe ri od l Base Ty pe Base Thickne ss De pth to Bedro ck Proj ected Slab Thickness Loss of S upp o rt Cat egory Descripti on Spring Effect ive Mo dulu s o f Sub grade Reacti on lim e treated s ub g rade 6in 8 ft 7.5 in 1.5 79 ps i/in Page 1 Roadb ed Soil Res il ie nt Modulu s (ps i) 7,000 Base Ela st ic Modulu s wD 30 ,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product Syntec Engineering Group 2154 W. Northwest Highway Dallas, TX Rigid Structural Design Module Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviati o n Load Transfer Coefficient, J Overall Drain age Coefficient, Cd Ca lculated Design Thickness Wharton A venue Rigid Structural Design JPCP 875,000 4.5 2 650 psi 4 ,400,000 psi 57 psi /in 80% 0.35 3 0.75 7.45 in Effective Modulus of Subgrade Reaction Period I Base Type Base Thickness Depth to Bedrock Projected Slab Thickness Loss of Support Category Description Spring Effective Modulus of Subgrade Reaction lime treated subgrade 6 in 8 ft 7 .5 in 1.5 79 psi /in Page I Roadbed Soil Resilient Modulus (psi) 7,000 Base Elastic Modulus @ti 30 ,000 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product Syntec Engineering Group 2154 W. Northwest Highway Dallas, TX Rigid Structural Design Module Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Wonder Avenue Rigid Structural Design JPCP 875 ,000 4 .5 2 650 psi 4,400 ,000 psi 92 psi /in 80% 0.35 3 0 .75 7.27 in Effective Modulus of Subgrade Reaction Period I Base Type Base Thickness Depth to Bedrock Projected Slab Thickness Loss of Support Category Description Spring Effective Modulus of Subgrade Reaction lime treated subgrade 6in 4 ft 7.5 in 1.5 92 psi /in Page I Roadbed Soil Resilient Modulus {psi) 7,000 Base Elastic Modulus w.u 30,000 Analytical Report 329247 for Syntec Engineering Group, Inc. Project Manager: Ralph Mansour Ft. Worth,Texas 0109-307 13-APR-09 9701 Harry Hines Blvd, Dallas, TX 75220 Ph:(214) 902-0300 Fax:(214) 351-9139 Texas certification numbers : Houston, TX Tl 04 704215-088-TX -Odessa/Midland , TX TI 04 704400-08-TX Florida certification numbers: Houston, TX E8 71002 -Miami , FL E86678 -Tampa, FL E 86675 Miramar, FL E86349 Norcross(Atlanta), GA E87429 South Carolina certification numbers: Norcross(Atlanta), GA 98015 North Carolina certification numbers : Norcross(Atlanta), GA 483 Hou sto n -Dallas -San Antonio -Tampa -Miami -Latin America Midland -Corpus Christi -Atlanta Pag e 1 of 8 13-APR-09 Project Manager: Ralph Mansour Syntec Engineering Group, Inc. 2154 W. Northwest Hwy #203 Dallas , TX 75220 Reference : XENCO Report No: 329247 Ft. Worth,Texas Project Address: --- Ralph Mansour : We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number 329247. All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field, or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative, all data reported in this Analytical Report are in compliance with NELAC standards . Estimation of data uncertainty for this report is found in the quality control section of this report unless otherwise noted. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will be analyzed, evaluated and reported using a ll other available quality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and reproduced in full , unless written approval is granted by XENCO Laboratories . This report will be filed for at least 5 years in our archives after which time it will be destroyed without further notice, unless otherwise arranged with you. The samples received, and described as recorded in Report No . 329247 wil l be filed for 60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged with you. We reserve the right to return to you any unused samples , extracts or solutions related to them if we consider so necessary (e .g ., samples identified as hazardous waste, sample sizes exceeding analytical standard practices, contro l led substances under regulated protocols, etc). We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any question s concerning this report , please feel free to contact us at any time. Respectfully, L LJ~X)j:;;~~~-- Carlos Castro Managing Director, Texas Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Ce rtified and approved by nume rous States and Agencies. A Small Busine ss and Minority Status Company that delivers SERVIC E and QUALITY Houston -Da lla s -San Antonio -Austin -Tampa -Miami -Atlanta -Corpus Christi -Latin America Page 2 of 8 Certificate of Analysis Summary 329247 Syntec Engineering Group, Inc ., Dallas, TX Project Na me: Ft. Worth,Texas Project Id : 0109-307 Co ntact : Ralph Mansour Project Location: Date Received in Lab: Lab Id: 329247-00 1 Field It/: B-4 (8.S"-2 ') Analysis Requ ested Depth : 8.Sin-2 ft Mntrfr: SO IL Sampled: Mar-25-09 00 00 S ulfate by SW-846 9038 Extmcte1/: A nalyze1/: Ap r-07 -09 00:00 U11its/RL : m g/kg RL Sulfate 259 10 .0 This analytical report, and the entire data package il represe nts. has been made fo r your ex clusive and confidentia l use The in1cr pret3tions and re sults ex pressed throughout this on:i.lytical report rcprcscnl the best judgment of XENCO Ulborotorics . XENCO La boratories assumes no responsi bility and makes no wa rranty to the end use of the data hereby presented . Our li abi lity is limited to lhc amount invoiced for this work o rder un less otherwise agreed to in writi ng. 329247-002 B-9 (3 S"-2 ') 3.S in-2 ft SO IL Mar-25 -09 00 :00 Apr-07-09 00 :00 mg/kg RL 383 10 .0 Since 1990 Houston -Da ll as -San An tonio -Austi n -Tampa -Miami -Lati n America -Atlanta -Corpus Chri sti Page 3 of 8 Report Date : p M ro1ect anal!er: 329247-003 B-3 (10"-2') l Oin-2 ft SO IL Mar-25-09 00 :00 Apr-07-09 00 00 mg/kg RL 266 10.0 Fri Apr-03-09 03 :20 pm 13-APR-09 ontca o a r M Tb Carlos Casm:r- Laboratory Manager ( ___ F_l_a_g_g_in_g_C_ri_te_r_ia ___ ) X ln our qua lity co ntrol review of th e data a QC deficiency was observed and flagged as noted. MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix /chemical interference, or a concentration of target analyte high enough to effect the recovery of the spike concentration . This condition could a lso effect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank . It s presence indicates possible field or laboratory contamination . D The sample(s) were diluted du e to targets detected over the hi ghe st point of the calibration curve, or due to matrix interference. Dilution factors are included in th e final re s ults. The result is from a diluted sam pl e. E The d ata exceeds the upper calibration limit ; therefore, the concentration is reported as estimated. F RPO exceeded lab control limits. J The target analyte was pos itively identified below the MQL and a bove the SQL. U Analyte was not detected. L The LCS data for thi s analytical batch was reported below the laboratory control limits for this analyte . The department supervisor and QA Direc tor reviewed data. The samples were either reanalyzed or flagged as estimated concentrations . H The LCS data for this analytical batch was reported above the laboratory control limits. Supporting QC Data were revi ewed by the De partment Supervisor and QA Director. Data were determined to be valid for reporting. K Sample analyzed outside of recommended hold time. JN A combination of the "N" and the "J" qualifier. The analysis indicates that the analyte is "tentatively identified" and the associated numerical value may not be consistent with the amount actually present in the environmental sample. * Outside XENCO's scope ofNELAC Accreditation. Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Ce rtified and approved by numerous States and Agencies. A Small Business and Minority Status Co mpany that delivers SERVICE and Q UA LITY Houston -Dallas -San Antonio -Corpus Christi -Midland/Odessa -Tamp a -Miami -Latin America 4143 G reenbriar Dr, Stafford , Tx 77477 970 I Harry Hines Blvd , Dall as, TX 75220 5332 Blackberry Drive, San Antonio TX 78238 2505 North Falkenburg Rd , Tampa, FL 336 19 5757 NW 158th St, Miami Lak es, FL 33014 12600 West 1-20 East, Odessa, TX 79765 842 Cantwell La ne, Corpus C hri sti , TX 78408 Page 4 of 8 Phone (281) 240-4200 (214) 902 0300 (210) 509-3334 (813) 620-2000 (305) 823-8500 (432) 563-1800 (361) 884-0371 Fax (281) 240-4280 (214) 35 1-9139 (210) 509-3335 (813) 620-2033 (305) 823 -8555 (432) 563-1713 (361) 884-9 11 6 Work Order#: 329247 Analyst: JOH Lab Batch ID : 755276 Sa mple : 755276 -1-BKS BS / BSD Recoveries Project Name: Ft. Worth,Texas Date Prepared: 04 /07 /2009 Batch#: Project ID: 0 I 09-307 Date Analyzed: 04 /07 /2009 Matrix: Solid U nits: mg/kg BLANK /BLANK SPIKE/ BLANK SPIKE DUPLICATE RECOVERY STUDY Sulfate by SW-846 9038 Analytes Sulfate Relative Percent Difference RPO= 200 *J(C-F)/(C +F)J Blank Spike Recovery [DJ = IOO*(C)/[B) Blank Spike Duplicate Recovery [G) = IOO*(F)/[E] All results are based on MDL a nd Validated fo r QC Purposes Blank Spike Sample Result Added [AJ [BJ <10 .0 200 Blank Blank Spike Spike Result %R ICJ [DI 201 IOI Page 5 of 8 Spike Blank Blk. Spk Control Control Added Spike Dup. RPO Limits Limits Duplicate %R % %R %RPO [EJ Result [Fl [GI 200 196 98 3 80-120 20 Flag XENCO Laborfttorics Work Order#: 329247 Lab Batch ID: 755276 Date Analyzed: 04 /07 /2009 L Form 3 -MS / MSD Recoveries J Project Name: Ft. Worth,Texas QC· Sample ID: 329247-001 S Date Prepared: 04/07/2009 Batch#: Analyst: JOH Project ID: 0109-307 Matrix: Soil Reporting Units: mg/kg MATRIX SPIKE/ MATRIX SPIKE D U PLICATE RECOVERY STUDY Sulfate by SW-846 9038 Parent Spiked Sample Spiked Duplicate Sample Spike Result Sample Spike Spiked Sample Re sult Added [CJ %R Added Re sult [Fl Analytes [Al [Bl [DI [El Sulfate 259 200 445 93 200 456 Matrix Spike Percent Reco very [DJ = I oo•(C·A)/B Relative Percent Difference RPO= 200•l(C·F)/(C+F)I Matrix Spike Dup li cate Percent Rec overy [G] = I OO•(F-A)/E ND = No t Detected, J = Present Be low Reponing Limit , B = Present in Blank , NR = Not Requested , I = Interference , NA = No t Applicab leN = See Narrative , EQL = Estimated Quantitation Limit Page 6 of 8 Spiked Control Dup. RPD Limits %R % %R [GI 99 2 80 -1 20 Control Limits Flag %RPO 20 D 41,13 Greenbriar Drov e. s11lf<>rt1. 1x m :1 2s 1.240 -<12 00 ANA L YSI S REQUEST & CHAIN OF CUSTODY REC ORD \{~~·,.· '.~~.-!'.· .. : ... ~:: 0 SJ:J2 Blacl<v erry Or1ve , '.''"' A11ton io. Tx 111;ns 2 1U-!>U9 · :1:134 0 126\JU Wost t-20 East, Odos sa . T x 7~7G~ 4:J2-5GY-1800 · ·- :::::i:~:~! C :~;~~,:~:·;-:-::_:_· _T_x_7_5,_,_·~=~c..:.:..i:-:~j:-:-: .... :,,.~..,0_:~:._-_~,_5_~_c_\..::....o_-+-~-A b_T_~_:_:_:_:_'"-,-:-l·_:_:_:_,u_:_:_:_"_sl_:_:_:_7_:_:_.lf_, :_:_:•_·1_•:_:_·0-:-~-~-2-1-u--S-ta_n_d_~_;,::,,r,:.:•_~.::: __ .:..°'-,2-,:-~-1.:.,..:.~-p~-~-i.:..fi ~---!..J--... P.i...a£....--o..Jl::ri ________ F-+-'V,,,; b ~"' ~ • ------------1------------------------D~ c.Or:£1 _l ___ ---II is typi c;,i lly 5-7 Working Da ys for level II and 10+ Working days fo r level Ill and IV data. ·;:!: Proj S t ate: TX, AL , FL ,GA, LA, MS , NC, Proj . Manatr (PM) . tJ f-N . .;, · i Remarks ' ~ NJ, PA , __ ~~-'--~~-~~!_<_?!~:! ___________________ f _~ ___ t"::-_ __ !::-_t_ ___ ~-~--"!:_____________ .,, , '5 13 1 'O • .<c: ',;', ' LL e~Ma~I-Re sulls l o D PM and D fax No : ' c3 I ~ :l 8: u. N . J: ~ _____________ ( l\\Qf\G":'.Sk\)]J.tt~~f_")Q.)~.\~~~LtV.V_·(; ffli 6 ' <{ ~ 25 : i i ~! -o Invoice to a·Accounllng o Inc Invoice_ Wtlh F ,nal Report -".:a lnv rn ce n ,~-;;r?a-.iJ a P u 6> : ~ ~ :ii: i ;:,, ~ i 1$(1)QJ B ill to -g_ . :Q [ ;t ~ . ,. ., ~ Quote/P;i~~~~:-----------------------------~~~-~~~----------------[)~~:i ,;,~-;-0 ----i , ~ ~ ~ ~ ' ~ ~ ' ~ f [; ~ : ~ Reg Program : UST DR Y-CLEAN L:111ct-F ill W;isle-l J,·,p Nf'D l::S flW 11 <f<f' 20f'..P _Per-Con tract_ CLP_ ~FC~-~--~~~---(22~ __ QSJ_(2 __ ~~~~::_-~_2 !~'.~-~c--------------------- Special Dls ( GW D W QAPP M D Ls R L s See Lall PM lnclude<J Call PM ) ------------------------------------------------------------------------ o :ij · -Cl. Cl.o ,"'N :.oo , 'E '-g a1 I :o..: ......_ -u : «>> Q l ~ d i .~'&j j n : ·~ e , ~: x it 1-' ~ "' "' ~: :i ' ~! ~. ! m !~ w i ~ u D 1 ou v i ~ ~J l-1 a. :<e !oO ~ a...> 1 -3,.~ :':?i J 2 !z iii '"f ~·~1:(:i a.' X · 1 00 I ·<( Vl N I ~! ~ ; 1--------------------------------------! ~ S I O -. ' 0:: ro f1l I <t) ' aiO 0::>~1 0 j o, ' ~ {j !<ll , I, (.9 °•0 1 0'.1 ~ 1-) ~ a.· S iyna lure 4 5 6 8 Sample r Na,ne Sample ID Sampling Tim e D~te [: .s::. >< -C ·c: Q. -;. .. C ::i; 8::i"-'2'S ',,<;-2'; .~' (to''-t) S ------------! ~ I (.)_J !, ,;: '1 Cl. 1' (X) '· -~ I cu ' J5 ' :) 0 •• _,..-.r::1' >1 ~: C: ~1 ~ ;a::i :..J I tn :<(;o... 'rl u">J ~ :: ro .. "' Ill N E ci cij ~ iii c; ., (.J ·;. C ,, c 'iii r: .c 0 E 0 "' u l3 0 u u 0. >, I- ~ a, C ·;; C: 0 u LL ~l o.. ~O !~,~ 5 ·t3 i ~ :>,.) 0.. ... ~ Cl., : U.. • !,! Q:'. I-I aJ u-, ;Ji i :i: o..j l) ·· . ~ i,i 1ii .. . 'O ,i -~. a. ~ I QJ Orn "' 0 u Ill : "' I < , . . ,n ,! -a. Ll -P_ ; 0 Cl. 1' I§ · ~ . ; ., 0 0 ' (.) I ~:, • .§1 :s?i E >:> ~·~ ~;0 1 ~:~ ~ ~:~1 ~l ~ • i ' ' I •. , .. I c 'O 'O ·· . < 2 3 .. r • 4 -, 5 ·T ' 6 ··-+-I 7 _. J ! a . -_J. ___ 9 .. 10 I 10 ~-R-e-1-in_q_u-is-l-,e-d_b_y--( -:ln-:it-,-ia-:l_s _a_n-:d-:S~i-n-):-----~D-:a7te-. -;;&:-::T::-im_e __ --;,.._-:R:::--e:-lin_q_u-:is-:h-o-d:-t-o-;-( :--ln-:,t-:ia-:ls-'-a-nd-:-::S:-ig-n-:)----:::D-a-:te--:&:-::T:-in-,-e-.::T:-o-:la-:l-::C:-o-n-1a-:i-11e_r_s_i-,c-.,-:C:-O-,-C-: __ _;_ _ _;_C_o_oLle-, -T-em_p .... ~~....i-........ 1A:.-~..i: ~~:f · 1 1) 5 '/J-7 '2. t"l i,A/5::>,L~ ~2) L/ -3...-(1='\ lS''. rzD Upon signings th is COC yo u accept XEN CO terms and Con ditions unless olherw1se< · /i' P C... t agreed on wriling. H<:po rts are lh e Inte llectual Propeny or XENC O un ti l paid. Sarti~• :':~-.'. .. 2 3) 77 wul be held 30 da y, , , .. ~, fin al re Port is e-mailed unless her eby reques ted. Rush · ' .-_. "·•'!"; 31.:5:J)~-------------------------=~c...:¥=='-t;:!o<....:...J....l,Q...,l:!,:~:..:.=~!.....:~.Ll~..L.!""1=::::.:.:ha::rJ!g:'.:es:_a:::'.:.::'d:..:C:::o~ll~c,1 .,., Fees arc µre-ap pr oved ,r needed . Preservatives : Va ri ous (V), HCI pH<2 (H), H2S04 pH<2 (S ), HN0 3 µH<2 ( Na O H (A). ZnAc&NaOH (Z), (Cool ,<4C) (C ), None (NA), See I ,1 bo l (L ), Ot her (0) _________ _ Cont. Size: 4oz (4). 8oz (S). 32oz (32 ), 40 ml VO A (40 ). 1L (1). 500ml (5 ), Tcctla r Bag (B ), Vario us (V ), Other ___ . ___ Cont. Type : Glas s Am !· :A ). Glass Cle ar (C), PlasLc (P ), Vanous (V) Matrix : Air (A ). P,ud uct (P), Solid(S ). W aler (W ). Liqu id IL ) Committed to Excellen ce in Service and Qu, 1/ity www .xenco .com Notice : S ignatu1c of this document and relinq uish n 1e11l o f t11c;;e snm µles constitute s a va lid purchase order fro m c lir:nt comµa ny to Xe nco Laburcitori es and its allili,llt:s, subcontractors and assig n;; u111J ,1 r Xenc.u ', stand ard terms a n d con d ition~ of s ervice unless p revioiusly negolialed under a fully execu lud client contract. . --·-· --·-------·· --·--····-----·· co 0 ,... (1) Cl ct) CL Prelogin / Nonconformance Report -Sample Log-In ClienD:iC\ja& ,,zr'C,\ . rvlJo~~ I OatefT1me\.r::If ~ Lab ID# : ":B (843 I nitia Is ::B:r::\() Sample Receipt Checklist j 1 . Samples on i :2 '? ... !\,''• ~. 1 c ,~2 . ·,r:Lc r -~~-, -------~·-· -. . . ..,_______.-· -. • 2 . Shipo i n c,_:_c: 01tainer in good condition? r e_s -• J'!oc ·~----- ). Custod v se a ls intact o n sh i ppin g conta i ne r (ccol e r) an d b o ttl i?:=; __ ?_. _____ Y_e_s _____ /\.:; ___ cE;,__, ___ _ ~--t:c r-'_ ._C_h_a_1L...n _o_f _C---'-u-s_t_o_d_:y_p_r_e-=-s-=-e-n_,__t?_ . .c__---------~--------~-~--'r· ::_· _' , ---·--------- · 5. Sample instructi o ns compl e t e o n ch ai n ci c u s t od:r? ~ 7 . Chain of custod si ned when relinqu i sh ed !__!-_e_c_e_i_v _e _d _? ________ -7'----.,.----------------··---· 8 . Chain of custod a re e s with sam le labe l s ? ' 9. Container labels l e ible and intact ? ! !-'I '-'---.::..:::.:..:c.:=:..:..::..:_:.==~::.x.:~:....::.:..:.===-=-.c:..:_ ____________ --;..__;:,.,.,,.;:..::-<'----------'-_cc_---------- ? 110. Sam f------';._:_-=.;_;:_;.:._:=.:..:.,;.c..:...:....i::..:_::.c..::c:....:.:....:..::....=.""-'=-----------"----------'--~=------'------·------- / 11 . Sam re s erv e d ? 13. Sam le conta i ner intact ? 14 . Sufficient sam le amount for indicated tests? 15. All sam les received within sufficient hold t i me? 116 . Subcontract of sarnple(s)? :17~VOCsam lehavezeroheads ace? I 18. Cooler 1 No . Cooler 2 No. !Cooler 3 No. I lbs lbs ! QC: lbs i Yes Y es i Cooler 4 No. lbs Nonconformance Documen t::::.:: NiA t ;o Cooler 5 N o. °CI Contact: __________ _ Contacted by : ___________ _ Da t e/Time : ________ _ Regarding : Corrective Action Taken : D Client understa11ds an,d ~9uld like to proceed with analysis p Cpoljng pt~~ss had begu~·:~~ortiy_~fte.r ~afi:iplin~ ~v~n _t , _ '-. _ __ _ ___ , ... , ., .,_ -. -.,,_; ;-;,, -, .: · . -, -; ·f:\f~t '9. "}:: ~j,--\\} -r.·:~tt1tt!~q:{~;{~~}~-::::~:~L :t:~,~f. :r~ ~.~&ij\!I SECTION 10-EPA CONSTRUCTION ACTIVITY PERMITS 10.1 EPA NOTICE OF INTENT (NOi) 10.2 EPA NOTICE OF TERMINATION (NOT) CITY OF FORT WORTH, TEXAS 2007 Critical Capital Project, Council District 6 -Part 3 1. SECTION 10-EPA CONSTRUCTION ACTIVITY PERMITS: The NOi shall be submitted during the Preconstruction Meeting Pagel This Form Replaces Form 3510-9 (8 -98) Form Approv ed 0MB Nos . 2040-0188 and 2040-02 11 Refer to the Following Pag es for Instructions United States Environmental Protection Agen cy NPDES Form ft EA~ Wash ington , DC 20460 .. -~ Notice of Intent (NOi) for Storm Water Discharges Associated with ,, Construction Activity Under an NPDES General Permit Subm ission of th is Notice of Intent (NOi) constitutes notice that the party identified in Se ction II of this form requests authorization to discharge pursuant to th e NPDES Construction General Pe rm it (CGP) perm it number identified in Section I of this form . Submiss ion of this NOi also constit utes noti ce that the party identified in Section II of th is form meets the el ig ibility requ irements of the CGP for the project identified in Section Ill of this form . Permit coverage is required pri or to commence ment of construction activity until you a re eligible to terminate coverage as deta iled in the CGP. To obtain authorization . you must submit a complete and accurate NOi form . Refer to the instructions at the end of this form . t Permit Number I I I I I I I I I I 11 .}0perator Information· -. .. :<;~,::, .... Name: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I IRS Employer Identification Number (EIN): LLJ -I I I I I I I J Mailing Address: Street: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I City: I I I I I I J J I I I I I I I I I I I I I I I I I I I State : LLJ Z ip Code: I I I I I I -I I I I J Phone: UlJ -UlJ -I I I I I Fax (optional): UJJ -UJJ -J I I I I ProjecUSite Name: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Project StreeULocation : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I City: I J I I I I I I I I J I I I I I I I J I I I I J I I I State : W Zip Code : I J I I I I -1 I I J J County or sim ilar governm e nt subd iv ision : I I I I I I I I I J I J J J I J I I I I Latitude/Longitude (Use one of three possible formats , and spe cify method) Latitude 1. __ 0 __ • __ .. N (degrees , minutes , seconds) Longitude 1. ___ 0 __ • __ .. W (degrees , m inutes , seconds) 2 . __ 0 __ . __ • N (degrees , m inutes, decimal) 2 . ___ 0 __ • __ • W (degrees , minutes , decimal) 3. __ . ____ 0 N (decimal) 3 . ___ . ____ 0 W (decimal) Method : 0 U .S .G.S . topograph ic map D EPA web site D GPS O Other: • If you used a U.S .G .S . topog raphic map , what was the scale: ---------------- Project Located in Indian country ? D Yes D No If so , name of Reservation or if not part of a Reservation , put "Not Applicable ": -------------- Estimated Project Start Date: W / LLJ / I I I I I Estimated Project Completion Date : LLJ / W / I I I I J Mo nth Date Yea r Month Date Yea r Estimated Area to be Disturbed (to the nearest quarter acre): I I I I J. W EPA Form 3510-9 (Rev. 6/03) Has the SWPPP been prepared in advance of filing this NOi? D Yes D No Location of SWPPP for viewing : D Address in Section II D Address in Section Ill O Other If Other: SWPPP Street: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I city: I I I I I I I I I I I I I I I I I I I I I I I I I I I State : W Zip Code : I I I I I J -1 I I I I SWPPP Contact Information (if different than that in Section II): Name : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Phone : UJJ -UJJ -J I I I I Fax (optional): UJJ -UJJ -1 I I I I E-mail (optional): I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I • Discharge Information .. Identify the name(s) of waterbodies to which you discharge. ------------------------- Is this discharge consistent with the assumptions and requirements of applicable EPA approved or established TMDL(s)? Oves 0No Under which criterion of the permit have you satisfied your ESA eligibility obligations? DA Os De Do OE OF • If you select criterion F, provide permit tracking number of operator under which you are certifying eligibility: I I I I I I I I I I \{II. Ce_rtifi.~ati9n JnfQrmation"'.. ·;,.c. • .,: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete . I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations . Print Name :------------------------------------------ Print Title :------------------------------------------- Signature: ------------------------------------------- Date : -------------------------------------------- EPA Form 3510-9 (Rev. 6/03) Instructions for Completing EPA Form 3510-9 Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity Under an NPDES General Permit NPDES Form This Form Replaces Form 3510-9 (8/98) Who Must File an NOi Form Under the provisions of the Clean Water Act, as amended (33 U .S .C . 1251 et.seq .; the Act), federal law prohibits storm water discharges from certain construction activities to waters of the U .S. unless that discharge is covered under a National Pollutant Discharge Elimination System (NPDES) Permit. Operator(s) of construction sites where one or more acres are disturbed , smaller s ites that are part of a larger common plan of development or sale where there is a cumulative disturbance of at least one acre , or any other site specifically designated by the Director, must submit an NO I to obtain coverage under an NPDES general permit. Each person , firm, public organization , or any other entity that meets either of the following criteria must file this form: (1) they have operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications ; or (2) they have day-to-day operational control of those activities at the project necessary to ensure compliance with SWPPP requirements or other permit conditions . If you have questions about whether you need an NPDES storm water permit, or if you need information to determine whether EPA or your state agency is the permitting authority, refer to www.epa.gov/npdeslstormwaterlcgp or telephone the Storm Water Notice Processing Center at (866) 352-7755. Where to File NOi Form See the applicable CGP for information on where to send your completed NOi form . Completing the Form Obtain and read a copy of the appropriate EPA Storm Water Construction General Permit for your area . To complete this form, type or print, using uppercase letters, in the appropriate areas only. Please place each character between the marks (abbreviate if necessary to stay within the number of characters allowed for each item). Use one space for breaks between words, but not for punctuation marks unless they are needed to clarify your response. If you have any questions on this form , refer to www.epa .gov/npdes/stormwater/cgp or telephone the Storm Water Notice Processing Center at (866) 352-7755. Please submit original document with signature in ink -do not send a photocopied signature . Section I. Permit Number Provide the number of the permit under which you are applying for coverage (see Appendix B of the general permit for the list of eligible permit numbers). Section II. Operator Information Provide the legal name of the person, firm, public organization, or any other entity that operates the project descr ibed in this Form Approved 0MB Nos. 2040-0188 and 2040-0211 application . An operator of a project is a legal entity that controls at least a portion of site operations and is not necessarily the site manager. Provide the employer identification number (EIN from the Internal Revenue Service; IRS), also commonly referred to as your taxpayer ID . If the applicant does not have an EIN enter "NA " in the space provided . Also provide the operator's mailing address, telephone numbe r , fax number (optional) and e-ma i l address (if you would like to be notified via e-ma i l of NOi approval when available). Correspondence for the NOi will be sent to this address . Section Ill. Project/Site Information Enter the official or legal name and complete street address , including city, state , zip code , and county or similar government subdivision of the project or site . If the project or site lacks a street address , indicate the general location of the site (e .g ., Intersection of State Highways 61 and 34 ). Complete site information must be provided for permit coverage to be granted . The applicant must also provide the latitude and longitude of the facility either in degrees , minutes, seconds; degrees , minutes, decimal ; or decimal format. The latitude and longitude of your facility can be determined in several different ways, including through the use of global positioning system (GPS) receivers , U.S . Geological Survey (U .S.G .S .) topographic or quadrangle maps, and EPA's web-based siting tools , among others. Refer to www.epa .gov/npdes!stormwater!cgp for further guidance on the use of these methodolog i es . For consistency, EPA requests that measurements be taken from the approximate center of the construction site . Applicants must specify which method they used to determine latitude and longitude. If a U .S.G.S . topographic map is used , applicants are required to specify the scale of the map used . Indicate whether the project is in Indian country, and if so, provide the name of the Reservation. If the project is in Indian Country Lands that are not part of a Reservation , indicate "not applicable " in the space provided . Enter the estimated construction start and completion dates using four digits for the year (i.e ., 05/27/1998). Enter the estimated area to be disturbed including but not limited to : grubbing , excavation, grading, and utilities and infrastructure installation . Indicate to the nearest quarter acre . Note : 1 acre = 43 ,560 sq . ft . Section IV . SWPPP Information Indicate whether or not the SW PPP was prepared in advance of filing the NOi form . Check the appropriate box for the location where the SW PPP may be viewed . Provide the name , Instructions for Completing EPA Form 3510-9 Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity Under an NPDES General Permit NPDES Form This Form Repla ce s Form 3510 -9 (8/98) fax number (optional), and e-mail address (optional) of the contact person if different than that listed in Section II of the NOi form . Section V. Discharge Information Enter the name(s) of receiving waterbodies to which the project's storm water will discharge . These should be the first bodies of water that the discharge will reach . (Note : If you discharge to more than one waterbody, please indicate a ll such waters in the space provided and attach a separate sheet if necessary .) For example , if the discharge leaves your s ite and travels through a roadside swale or a storm sewer and then enters a stream that flows to a river, the stream would be the receiving waterbody. Waters of the U .S . include lakes, streams, creeks, rivers , wetlands , impoundments , estuaries, bays, oceans, and other surface bodies of water within the confines of the U.S . and U .S . coastal waters . Waters of the U.S. do not include man-made structures created solely for the purpose of wastewater treatment. U .S . Geological Survey topographical maps may be used to make this determination . If the map does not provide a name, use a format such as "unnamed tributary to Cross Creek". If you discharge into a municipal separate storm sewer system (MS4 ), you must identify the waterbody into which that portion of the storm sewer discharges . That information should be readily available from the operator of the MS4 . Indicate whether your storm water discharges from construction activities will be consistent with the assumptions and requirements of applicable EPA approved or established TMDL(s). To answer this question , refer to www.epa .gov/npdes!stormwater/c gp for state-and regional- specific TMDL information related to the construction general permit. You may also have to contact your EPA regional office or state agency . IOhere are no applicable TMDLs or no related requirements , please check the "yes" box in the NOi form. Section VI. Endangered Species Information Indicate for which criterion (i.e., A, B, C , D, E, or F) of the perm it the applicant is eligible with regard to protection of federally listed endangered and threatened species , and designated critical habitat. See Part 1.3 .C.6 and Appendix C of the permit. If you select criterion F, provide the permit tracking number of the operator under which you are certifying eligibility . The permit tracking number is the number assigned to the operator by the Storm Water Notice Processing Center after EPA acceptance of a complete NOi. Section VII. Certification Information All applications , including NO Is, must be signed as follows : For a corporation : By a responsible corporate officer. For the purpose of this Section, a responsible corporate officer means: Form Approved 0MB Nos . 2040-0188 and 2040 -0211 (i) a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy-or decision -making functions for the corporation, or (ii) the manager of one or more manufacturing , production, or operating facilities, provided, the manager is authorized to make management decis ions which govern the operation of the regulated facility including having the explicit or implicit duty of making major capital investment recommendations , and initiating and directing other comprehensive measures to assure long-term environmental compliance with environmental laws and regulations ; the manager can ensure that the necessary systems are established or actions taken to gather complete and accurate information for permit application requirements; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures . For a partnership or sole proprietorship: By a general partner or the proprietor, respectively; or For a municipality, state, federal, or other public agency: By either a principal executive officer or ranking elected official. For purposes of this Part, a principal executive officer of a federal agency includes (i) the chief executive officer of the agency, or (ii) a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e .g ., Regional Administrator of EPA). Include the name and title of the person signing the form and the date of signing . An unsigned or undated NOi form will not be considered eligible for permit coverage . Paperwork Reduction Act Notice Public reporting burden for this application is estimated to average 3 .7 hours . This estimate includes time for reviewing instructions , searching existing data sources , gathering and maintaining the data needed, and completing and reviewing the collection of information . An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it dis plays a currently valid 0MB control number. Send comments regarding the burden estimate, any other aspect of the collection of information, or suggestions for improving this form, including any suggestions which may increase or reduce this burden to : Chief, Information Policy Branch 2136 , U .S . Environmental Protection, Agency, 1200 Pennsylvania Avenue , NW, Washington, D .C . 20460. Include the 0MB control number on any correspondence . Do not send the completed form to this address . Visit this website for mailing instructions: http ://cfp u b . e pa . gov/n pdes/sto rmwate r/ application _ coverage. cfm#mail This Form Replaces Form 3517-7 (8-98) Form Approved 0MB Nos . 2040-0086 and 2040-0211 Refer to the Following Page fo r In stru cti ons &EPA United States Environmental Protection Agency NPDES Wash ington , DC 20460 FORM Notice of Termination (NOT) of Coverage Under an NPDES General Permit for Stormwater Discharges Associated with Construction Activity Submission of this Notice of Term ination constitutes notice that the party identifi ed in Section II of th is form is no longer authori ze d to discharge stormwater associated with construction activity unde r the NPDES program from the site identified in Section Ill of this form . All necessary information must be included on th is form . Refer to the instructions at the end of this form . I. Permit Information NPDES Stormwater General Permit Tracking Number: I I I I I I I I I I Reason for Termination (Ch ec k only one ): D Final stab ilization has be en ac hieve d on all porti ons of th e si te for whi ch you are resp onsibl e . D Another operator has assumed co ntrol , acco rding to App endi x G, Sectio n 11.C of the CGP , ov er all are as of the site that hav e not been finally stabilized . D Cove ra ge under an altern ative NPD ES permit has be en obtai ned . D For residen ti al con struction only , temporary stabili zation ha s been completed and the re siden ce ha s been trans fe rred to the ho meowner. II. Operator Information Nam e: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I IRS Employer Identificat ion Number (EIN ): w -I I I I I I I I Mailing Address: Street: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Ci ty: I I I I I I I I I I I I I I I I I I I I I I I I I I I St ate : w Zip Cod e: I I I I I 1-1 I I I I Phon e: WJ-WJ-1 I I I I Fax (optional ): WJ-UlJ-1 I I I I E-mail : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Ill. Project/Site Information ProjecUSite Name : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Project StreeULo cation : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I City : I I I I I I I I I I I I I I I I I I I I I I I I I I I State: w Zip Cod e: I I I I I 1-1 I I I I County or similar government subdivision : I I I I I I I I I I I I I I I I I I I I IV. Certification Information I certify under penalty of law that thi s document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that quali fied personnel properly gathered and evaluated the information submitted . Based on my inqu iry of the person or persons who manage the system . or those persons d irectly respons ible fo r gathering the information , the information submitted is, to the best of my knowledge and bel ief , true, accurate , and complete . I am aware that there are significant penalties for subm itting false information , including the possibility of fin e and imprisonment for knowing violations . Print Name : Print Title : Email : Signature : Date : EPA Form 3510-13 (Rev. 12/08) Page 1 of 2 Instructions for Completing EPA Form 3510-13 Notice of Termination (NOT) of Coverage Under an NPDES General Permit for Stormwater Discharges Associated with Construction Activity NPDES Form This Form Replaces Form 3517-7 (8-98) Who May File an NOT Form Permittees who are presently covered under the EPA-issued National Pollutant Discharge Elimination System (NPDES) General Permit for Stormwater Discharges Associated with Construction Activity may submit an NOT form when final stabilization has been achieved on all portions of the site for which you are responsible; another operator has assumed control in accordance with Appendix G, Section 11 .C of the General Permit over all areas of the site that have not been finally stabilized ; coverage under an alternative NPDES permit has been obtained ; or for residential construction only, temporary stabilization has been completed and the residence has been transferred to the homeowner. "Final stabilization" means that all soil disturbing activities at the site have been completed and that a uniform perennial vegetative cover with a density of at least 70 % of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures , or equivalent permanent stabilization measures (such as the use of riprap, gabions, or geotextiles) have been employed . See "final stabilization" definition in Appendix A of the Construction General Permit for further guidance where background native vegetation covers less than 100 percent of the ground , in arid or semi-arid areas , for individual lots in residential construction , and for construction projects on land used for agricultural purposes . Completing the Form Type or print, using uppercase letters , in the appropriate areas only. Please place each character between the marks . Abbreviate if necessary to stay within the number of characters allowed for each item . Use only one space for breaks between words , but not for punctuation marks unless they are needed to clarify your response . If you have any questions about this form , refer to www.epa.gov/npde slstormwater/cgp or telephone the Stormwater Notice Processing Center at (866) 352-7755 . Please submit original document with signature in ink -do not send a photocopied signature. Section I . Permit Number Enter the existing NPDES Stormwater General Permit Tracking Number assigned to the project by EPA's Stormwater Notice Processing Center. If you do not know the permit tracking number, refer to www.epa .gov/npdeslstormwater/cgp or contact the Stormwater Notice Processing Center at (866) 352-7755 . Indicate your reason for submitting this Notice of Termination by checking the appropriate box. Check only one : Final stabilization has been achieved on all portions of the site for which you are responsible . Another operator has assumed control according to Appendix G, Section 11 . C over all areas of the site that have not been finally stabilized. Coverage under an alternative NPDES permit has been obtained. For residential construction only, if temporary stabilization has been completed and the residence has been transferred to the homeowner. Section II . Operator Information Provide the legal name of the person , firm , public organization , or any other entity that operates the project described in this application and is covered by the permit tracking number identified in Section I. The operator of the project is the legal entity that controls the site operation , rather than the site manager. Provide the employer identification number (EIN from the Internal Revenue Service ; IRS). If the applicant does not have an EIN enter "NA " in the space provided. Enter the EPA Fonn 3510-13 (Rev. 12/08) Form Approved 0MB Nos . 2040-0086 and 2040-0211 complete mailing address , telephone number, and email address of the operator. Optional : enter the fax number of the operator. Section Ill. Project/Site Information Enter the official or legal name and complete street address , including city , state, z ip code, and county or similar government subdivision of the project or site . If the project or site lacks a street address , indicate the general location of the site (e .g ., Intersection of State H ighways 61 and 34). Complete site information must be provided for termination of permit coverage to be valid . Section IV. Certification Information All applications, including NOls, must be signed as follows : For a corporatio n: By a responsible corporate officer. For the purpose of this Part, a responsible corporate officer means : (i) a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function , or any other person who performs similar policy-or decision-making fun ctions for the corporation , or (ii) the manager of one or more manufacturing , production, or operating facilities, provided, the manager is authorized to make management decisions which govern the operation of the regulated facility including having the explicit or implicit duty of making major capital investment recommendation s, and initiating and directing other comprehensive measures to assure long-term environmental compliance with environmental laws and regulations; the manager can ensure that the necessary systems are established or actions taken to gather complete and accurate information for permit application requirements ; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures . For a partnership or sole proprietorship: By a general partner or the proprietor, respectively; or For a municipality, state, federal, or other public agency: By either a principal executive officer or ranking elected official. For purposes of this Part , a principal executive officer of a federal agency includes (i) the chief executive officer of the agency, or (ii) a senior executive offi cer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., Regional Administrator of EPA). Include the name, title , and email address of the person signing the form and the date of signing . An unsigned or undated NOT form will not be cons idered valid termination of permit coverage . Paperwork Reduction Act Notice Public reporting burden for this application is estimated to average 0.5 hours per notice, including time for reviewi ng instructions, searching existing data sources , gathering and maintaining the data needed , and completing and reviewing the collection of information . An agency may not conduct or sponsor, and a person is not required to respond to , a collection of information unless it displays a currently valid 0MB control number. Send comments regarding the burden estimate , any other aspect of the collection of information, or suggestions for improving this form including any suggestions which may increase or reduce this burden to : Chief, Information Policy Branch , 2136, U .S . Environmental Protection Agency, 1200 Pennsylvania Avenue , NW, Washington , DC 20460. Include the 0MB number on any correspondence. Do not send the completed form to this address . Visit this website for mailing instruction : www.epa .gov/npdeslstormwater/mail Visit this website for instructions on how to submit electronically: www.epa .gov/npdes/stormwater/enoi Page 2 of 2 - - - - - SECTION 11 -ADDENDA 11.1 ADDENDA ... -,_ - ~ -- ENDORSEMENT Attached to and forming part of Bond No .PRF09002977 , effective , on behalf of Stabile & Winn, Inc., of Saginaw, Texas , in favor of City of Fort Worth, Texas and in the amount of One million sixty eight thousand five hundred twenty and 50/100---($1,068,520.50.00) Dollars. It is understood and agreed that effective October 12, 2010, The Bond number shall be changed from PRF09002977 To PRF08992494. All other terms and conditions to remain as originally written. Signed, sealed and dated this 31st day of May, 2011 . Colonial American Casualty and Surety Company ~=s~~-- TrncyT~ttornei-in-Fact r-·---··- t ' -- ~~:.:::-:.-... .. ~J I ,-;· ,---· -! Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY TUCKE R, Tob in TUCKE R, W. Lawrence B~( ' ~1~ ER, all of Ft. Wort h, Texas, EAC H its true and lawfu l agent and Att-q~-~W ak e , ~ eliver, for, and on its behalf as surety, and as its act and deed: iieny an t~@\Md\J'trder · P on ds on be half of In depend ent Executors, Co mmunity Survi c i,nirilani . e execution of such bonds or undertakings in pursuance of these prese nts, shall be asa· g O . S, as fu ll y and amply, to all intents and purposes, as if they had been duly executed a nd ackno ~ h e u arly elected officers of the Company at its office in Baltimore, Md., in their own proper persons . This o of attorney revokes that issued on behalf of Tracy TUCKER, Tobin TUCKER, W. Law re nce BROWN, Kevin J. DUNN, Steven TUCKER, dated Apri l 20, 2009. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 12th day of October, A.O . 2010. ATTEST: State of Maryland }ss· City of Baltimore · FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By : Gerald F. Hale y Assistant Secretary Theodore G. Martine z On this 12th day of October, A.D. 2010, before the subscriber, a Notary Public of the State of Mary la nd , d ul y commissioned a nd qualified , came THEODORE G . MARTINEZ, Vice Preside nt , and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, several ly and each for himsel f deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seal s and t heir signatures as s uch officers were du ly affixed and subscribed to the said instrument by the authority a nd direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski Notary Public My Commi ss ion Expires: Jul y 8 , 2011 POA-F 168-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2., Tile Chairman of the Board , or the Pre sident, or any Ex ec utive Vice0 President, or any of the Senior Vice-Presidents or Vice-Pres id e nt s specially authorized so to do by the Board of Direc tors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents , Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds , undertaking, recognizances , stipu lations, policies, contracts, agreements, deeds , and release s and assignments of judgements, decrees , mortgages and instruments in the nature of mortgages , ... and to affix the seal of the Company thereto ." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board , or the Pre si dent, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by th e Board of Directors or by the Executive Committee, shall have power, by and with th e concurrence of th e Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Pres idents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bond s, undertaking, recognizances , stipulations, policie s, contracts, agreements, deeds, and release s and assignments of judgements, decree s, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto ." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of tni s certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI , Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. Thi s Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meetin g duly called and held o n the 10th day of May , 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994 . RESOLVED : "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney i ss ued by th e Company , shall be valid and binding upon the Company with the same force and effect as though manually affixed ." IN TESTIMONY WHEREOF, I hav e here unto subscribed my name and affixed the corporate seals of th e said Companies, thi s __ J_l_s_t ___ day of _____ M_a-=-y ____ _ 2011 Assistant Sec retary TUCKER AGENCY. LTD. Bonds and Insurance 900 Summit Ave . Fort Worth, Texas 76102 (817) 336-8520