Loading...
HomeMy WebLinkAboutContract 41075• I I ~ ~EC RET/-\1,c Y FILE (. ··.\CT01t) BONDING cf ORT WORTH C O i\!.) I t<UC I !ON·S COPY CITY SECRETARY 1 CONTRACT NO . I G] 5: CLI ENT Di.: ARTME1 'T SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CLEAR FORK DRAINAGE BASIN SANITARY SEWER REHABILITATION AND IMPROVEMENTS PART4 Michael J. Moncrief Mayor DOE No. 6014 CITY PROJECT No. 00437 Sewer No. P258-703170043787 MAY 2010 William A. Verkest , P.E. Dale A. Fisseler, P.E. City Manager Director, Transportation and Public Works Department S. Frank Crumb , P .E. Director, Water Department I'\-'\ 2 - PREPARED BY: CH2M HILL TBPE REG #2297 4 -I I~ '\ I'\ p, ,, : ? OFFICIAL RECORD CITY SECRETARY FT. WORTHf TX Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/9/2010 -Ord. No.19427-11-2010 DATE: Tuesday, November 09, 2010 REFERENCE NO.: C-24584 LOG NAME: 60SSCLFKP4-CONATSER SUBJECT: Authorize the Execution of a Contract in the Amount of $1,386 ,783.00 with Conatser Construction TX, LP, for Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements, Part 4, on Wilmington Drive, Ridglea Lane and Rowan Drive and Adopt Appropriation Ordinance (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $1,476,386.00 from the Water and Sewer Fund to the Sewer Capital Projects Fund; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $1,476,386 .00 from available funds; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX , LP, in the amount of $1,386,783.00 for Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements, Part 4 . DISCUSSION: This project, Part 4, consists of sanitary sewer main rehabilitation on the following streets: Street Wilmington Drive Ridglea Lane Rowan Drive From Littlepage Street Vickery Boulevard Clayton Road To Wilmington Court Westridge Lane Gammer Drive The project was advertised for bid on May 6, 2010 and May 13, 2010, in the Fort Worth Star-Telegram . On May 27, 2010, the following bids were received: Bidder Utilitex Construction LLP Conatser Construction TX, LP William J. Schultz, Inc., d/b/a Circle "C" Construction Company Barson Utilities Amount $1,225,012 .00 $1,386,783.00 $2,040,750.00 $2,131 ,740.00 Time of Completion 220 Calendar Days Utilitex Construction , LLP, has been determined to be non-responsive to the specifications and contract documents due to the fact that Utilitex failed to acknowledge Addendum No . 2. Therefore , staff recommends that the contract be awarded to the lowest responsive and responsible bidder, Conatser Construction TX, LP. Conatser Construction TX, LP , is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE participation. The City's goal on this project is 16 percent. http :// apps. cfwnet. org/ ecounci 1/printmc. as p ?id= 14 24 2&print=true&Doc Type= Print 11 /10/2010 Page 2 of2 Funding in the amount of $48,000.00 is acquired for construction staking , material testing and inspection and $41,603.00 is provided for project contingencies. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers 1&2) P258 476045 7031700437ZZ 2) P258 531350 703170043752 2)P258 511010 703170043780 2) P258 541200 703170043788 2)P258 531200 703170043784 2)P258 531350 703170043784 2)P258 531350 703170043785 CERTIFICATIONS: FROM Fund/Account/Centers $1.4 76,386 .00 1) PE45 538040 0709020 $10,000 .00 3) P258 541200 703170043788 $5,000.00 $1,428,386.00 $8,000.00 $5,000.00 $20,000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 60SSCLFKP4 CONATSE AO .doc (Public) S. Frank Crumb (8207) Roberto C . Sauceda (2387) 2 . 60SSCLFKP4-CONATSER COMPLIANCE .pdf (CFW Internal) 3. 60SSCLFKP4-CONATSER FAR.pdf (CFW Internal) 4. 60SSCLFKP4-CONATSER MAP 01.pdf (Public) 5. 60SSCLFKP4-CONATSER MAP 02.pdf (Public) http ://apps.cfwnet.org/ecouncil /printmc .asp?id=l4242&print=true&Do cType=Print $1,476,386 .00 $1,386,783 .00 11 /10 /2010 City of Fort Worth Water Department ADDENDUM No. 1 To the Specifications and Contract Documents FOR SANITARY SEWER REHABILITATION AND IMPROVEMENTS, CLEAR FORK PART 4 D.O.E. PROJECT NO. 6014 SEWER PROJECT NO. P258-703170043787 CITY PROJECT NO. 00437 Addendum No. 1 Issue Date: May 18, 2010 Bid Receipt Date: May 27, 2010 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS: SPECIFICA TIQNAND CONTRACT DOCUMENTS: 2.2 Short Form Notice to Bidders Replace the Short Form Notice to Bidders with the attached Short Form Notice to Bidders: 2.3 Comprehensive Notice to Bidders Replace the Comprehensive Notice to Bidders with the attached Comprehensive Notice to Bidders: 3 .1 Special Instructions to Bidders Replace the "20°/o" MWBE goal for the project with a MWBE goal of "160/o" 4.2 Bid Proposal Replace the Bid Proposal with the attached Bid Proposal: CONTRACT DRAWINGS DOCUMENTS: There are clarifications to the contract drawing documents. No sheets will be re- issued as a result of this addendum. ADDENDUM NO. 1 May 18, 2010 Sheet No. 7: In the profile between L-4525 Station 2+48 and Station 5+00 remove the 11ute "Remuve Existing 6" SS and Replace W/252 LF 8" HDPE 55 Pavement Repair Per STR-028 Backfill Per WTR-029" and replace with "Replace Existing 6" SS W/252 LF of 8" HOPE By Pipe Enlargement". Sheet No. 7: In the profile between L-4525 Station 5+00 and Station 7+00 remove the note "Remove Existing 6" SS and Replace W/252 LF 8" HOPE SS Pavement Repair Per STR-028 Backfill Per WTR-029" and replace with "Replace Existing 6" SS W/200 LF of 8" HOPE By Pipe Enlargement". Sheet No. 8: In the profile between L-4525 Station 7+00 and Station 8+ 10 remove the note "Remove Existing 6" SS and Replace W/110 LF 8" HOPE SS Backfill Per WTR- 029" and replace with "Replace Existing 6" SS W/110 LF of 8" HOPE By Pipe Enlargement". Sheet No. 10: In the profile between L-5262 Station 23+50 and Station 25+49.54 remove "Backfill Per WTR 029" from the note "Remove Existing 6" 55 Replace W/199.54 LF 8" HOPE DR-17 SS By Pipe Enlargement". Sheet No. 10: In the L-4534 plan remove the note "Existing 6" Sanitary Sewer to Be Rehabbed with CIPP". Sheet No. 21: The manhole at L-5271 Station 15+19 shall be a drop manhole in lieu of a standard manhole. Sheet No. 22: The manhole at L-5271 Station 19+57 shaU be a drop manhole in lieu of a shallow manhole. The flow line elevation of the sewer entering the manhole at Station 19+57 from the SW shall change from "688.92" to "695.00". All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place into the Proposal at the time of submittal. Receipt Acknowledged: By:----------- Title: ------------ Water Department S. Frank Crumb, P.E. Director By: .~-51 1/t.J ( · _5".-;.._,...,...../r ~ r Tony Sholola, P.E. Engineering Manager Water Department ADDENDUM NO. l May 18, 2010 � � � � � �5:�•'- � '' .!�� � �� KEVIN L HARQAYYAY �� �� ��� M���M���yMMtl�M $�_ 100312 � os�sf � o _ � � � � - City of Fort Worth Water Department ADDENDUM No. 2 To the Specifications and Contract Documents FOR SANITARY SEWER REHABILITATION AND IMPROVEMENTS, CLEAR FORK PART 4 D.O.E. PROJECT NO. 6014 SEWER PROJECT NO. P258-703170043787 CITY PROJECT NO. 00437 Addendum No. 2 Issue Date: May 25, 2010 Bid Receipt Date: May 27, 2010 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS: SPECIFICATIONAND CONTRACTDOCUHENTS: 4.2 Bid Proposal Replace sheet 8R of the Sewer proposal with the attached revised sheet 8R2. CONTRACT ORA WINGS DOCUMENTS: There are no clarifications to the contract drawing documents in this addendum. No sheets will be re-issued as a result of this addendum. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place into the Proposal at the time of submittal. ADDENDUM NO. 2 May 25, 2010 Receipt Acknowledged: By:----------- Title: __________ _ Water Department S. Frank Crumb, P.E. Director By:--------- Tony Sholola, P.E. Engineering Manager Water Department ADDENDUM NO. 2 May 25, 2010 TABLE OF CONTENTS 1 -Project Information D 1.1 -M&C pdf [8J 1.2 -Title Page MS-Word D 1.3 -Location Maps pdf 2 -Front End Documents [8J 2.1-Table of Contents MS-Word [8J 2.2 -Notice to Bidders MS-Word [8J 2.3 -Comprehensive Notice MS-Word to Bidders [8J 2.4 -Special Instructions to pdf Bidders (water-sewer) D 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (n~ drawings provided) 3 -MWBE Documentation [8J 3.1 -MW::::!E Special pdf Instructions [8J 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form [8J 3.3 -MWBE Prime Contractor pdf Waiver [8J 3.4 -MWBE Good Faith Effort pdf [8J 3.5 -MWBE Joint Venture pdf 4 -Bid Package [8J 4.1 -Bid Proposal Cover & pdf . Signature Sheets [8J 4.2 -Bid Proposal(s) MS-Excel D 4.3 -Green Cement Policy MS-Word Compliance Statement D 4.4 -Bid Schedule pdf [8J 4.5 -Vendor Compliance to pdf State Law D 4.6 -List of Fittings pdf [8J 4.7 -Addenda Index and pdf Receipt 5 -General and Special Conditions [8J 5.1 -Part C General pdf Conditions (water -sewer) [8J 5.2 -Supplementary pdf Conditions to Part C (water - sewer) [8J 5.3 -Part D -Special MS-Word Conditions (water -sewer) [8J 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) [8J 5.5 -Part E Specifications pdf D 5.6 -Special Provisions (paving -drainage) [8J 5.7 -Wage Rates pdf TABLE OF CONTENTS ~ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates ~ 5.9 -Standard Details (water-dwf sewer) ~ 5.10 -Standard Details dwf (paving-drainage) -1 6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance MS-Word ~ 6.2 -Contractor Compliance pdf With Workers' Compensation Law ~ 6.3 -Conflict of Interest pdf Questionnaire ~ 6.4 -Performance Bond pdf ~ 6.5 -Payment Bond pdf ~ 6.6 -Maintenance Bond pdf ~ 6.7 --City of Fort Worth pdf Contract 7 -Permits D 7.1 -TxDOT Permit(s) pdf D 7.2 -Railroad Permit(s) pdf D 7.3 -Other Permit(s) pdf 8 -Easements ~ 8.1 -Easement pdf 9 -Reports D 9.1 -Geo-tech Report(s) pdf D 9.2 -Cathodic Protection pdf Study Report D 9.3 -Other Project Specific pdf Study Report(s) 10-Addenda D 10.1 Addendum MS-Word SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements -Part 4 Sewer Project No. P258-703170043787 City Project No. 00437 DOE 6014 Addressed to: ' CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT vvvi:<.'i:H TX 7 6102-6311 will be received at the Purchasing Office until 1:30 p.m., May 27, 2010 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers . One set of plans and documents for this project may be purchased for a non- refundable cost of Sixty Dollars ($60 .00) per set between the hours of 10 a.m. and 3 p.m. at the offices of CH2M IBLL, 309 West 7th Street, Suite 1020, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders . Plans and Specifications will be available for pick-up on Tuesday, May ll, 2010. Documents may also be obtained free of charge at the City's on-line bidding system (Buzz.saw). Email the City's Project Manager listed below for instructions on accessing the on-line documents. The major work will consist of the following (All Approximate): SEWER IMPROVEMENTS 3,360 LF 630 LF 225 LF 1,195 LF 1,125 LF 660 LF 49 EA 1 EA 1 EA 33 EA 8-inch PVC (SDR 35) -Sanitary Sewer 8-inch Sanitary Sewer by Other than Open Cut 8-inch DIP Class 350-Protecto 401 Sanitary Sewer Rehabilitation of 8-inch Sanitary Sewer by CIPP 6-inch to 8-inch Sanitary Sewer by Pipe Enlargment 12-inch PVC (SDR 35) -Sanitary Sewer 4-foot diameter Standard Manholes 4-foot diameter Drop Manholes 4-foot diameter Shallow Cone Manholes 4-foot diameter Manhole abandonment (removal) All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders. For additional information, please contact Mr. Roberto Sauceda, Project Manager, City of Fort Worth -Water Department at Telephone Number: (817) 392-2387 or by email : robert.sauceda@ fortwortgov.org , and/or Robert Cullwell, P.E., Project Manager, CH2M HILL at (817) 870-1129 . Advertising Dates: May 6, 2010 May 13 , 2010 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements -Part 4 Sewer Project No. P258-703170043787 City Project No. 00437 DOE 6014 Addressed to: CIT Y OF FORT WORTH PURCHASIN G DIVISION 1 0 00 THROC KMORTON ST FORT WORTH TX 7610 2 -6 3 11 will tfe received at the Purchasing Office until 1 :30 p.m., May 27, 2010 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers . One set of plans and documents for this project may be purchased for a non-refundable cost of Sixty Dollars ($60.00) per set at the offices of CH2M HILL, 309 West 7th Street, Suite 1020,. Fort Worth, Texas 7 6102. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Tuesday, May 11, 2010. Documents may also be obtained free of charge at the City's on-line bidding system (Buzzsaw). Email the City's Project Manager listed below for instructions on accessing the on-line documents. The major work will consist of the following (All Approximate): SEWER IMPROVEMENTS 3,360 LF 630 LF 225 LF 1,125 !...F 1,125 LF 660 LF 49 EA 1 EA 1 EA 33 EA 8-inch PVC (SDR 35) -Sanitary Sewer 8-inch Sanitary Sewer by Other than Open Cut 8-inch DIP Class 350 -Protecto 401 Sanitary Sewer Rehabilitation of 8-inch Sanitary Sewer by CIPP 6-inch to 8-inch Sanitary Sewer by Pipe Enlargment 12-inch PVC (SDR 35) -Sanitary Sewer 4-foot diameter Standard Manholes 4-foot diameter Drop Manholes 4-foot diameter Shallow Cone Manholes 4-foot diameter Manhole abandonment (removal) Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications . NOTICES All bidders will be required to comply with Provision 5159a of"Vemon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . l COMPREHENSIVE NOTICE TO BIDDERS l No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. -l Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form( s ). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting Robert Cullwell, P.E. of CH2M HILL, at 817-870-1123. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accordance with the City of Fort Worth Ordinance No. 15 53 0, 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 thP, office of the Cit'/ Secretary. The bidder shall submit the MBE/WBE UTil.,IZA TION FORM, SUBCONTRACTOR/SUPPLIER UTIT.,IZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., f:::e (5) City of Fort Worth business days aftfa ti.it: bid opening date . The bidder shall obtain a receipt from the appropriate employee of the Water Department to whom deii very 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 A WARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non-responsive. The Contractor, who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the C ity of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. Bidders must be pre-qualified with City of Fort Worth to secure an award of a project. Not being pre-qualified can be grounds for rejection of a bid. For additional information, please contact Ms . Roberto Sauceda, Project Manager, City of Fort Worth -Water Department at Telephone Number: (817) 392-2387 or by email: robert.sauceda@ fortwortgov.org, and/or Robert Cullwell, P.E., Project Manager, CH2M HILL at (817) 870-1129 . DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: May 6, 2010 May 13 , 2010 By: __ L~7 (l.....__Wi'-f-n----cy s--t~j~~-f-.f_q __ _ Engineering Manager, Water Department MARTY HENDRIX CITY SECRETARY l SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder 's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids . a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a riven project, it must reflect the experience of the firm seeking qualification in work of both the same nature and t.echnical level as that of the project for which bids are to be received . c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorizeg to do business in the state of Texas . In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$I00,000 from a r ein surer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certifica te 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 sol e dis cretion , will determine th e adequacy of the proofrequired herein . 3. BONDS: A performan ce bond, a payment bond, and a m ai ntenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 . 7. 09 /10/04 0 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City, i'j:hE --'.pa, ... \,,-••0•,-, "' .. ," ,•: .. ,~•,.,.._ .. ;,,•,,D ,,,_, • .:.~ . • i'""''' /_~·y.:.i.:'-a!-ltr'.-•'t.,•;i·•_,,_ ...• •·,•,. ',•'·•·.~-•>-<_•• . .I,."•·••~--~/.,,,'''•,, .... ,,_.,.' t'• .. ·.t,~_.. •• '''t'6Hs'io'ifs :or:Rf · ht::t61'\:tlo it -ii . · ,,,,, h{d iofS~cfio n~Gt:· st!' ''Iefue'iif'.';"·e&nanw ·'s To:Pairc ~\Gghb;;1::oiij ali t1wf;t,~fititiit· · Ji!f.:····· · ·· ·· --· · ., ·· ·· pp · ·· · · .. ~ · · · ·· · ~ · · · · · (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25 ,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requtrement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the avaihhility, terms and/or conditions of employment for applicants for employment with , or employees of Cont:r!!<::tor or any of its subcontractors . Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements . Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 l b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable . g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09 /10/04 4 MAY.19.20 1 0 11:58 81 79 7 8 5 7 53 CH2M HILL IN C ~Y+ p~r--• J #6B 2 6 P. 0 08 a..J.J.~~ No . I City ot Fort wortJl MinCJdty ~nd w ·omen Bush,e$S Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPi..tCATtON OF POLICY . lf· the total~llar va.i~e of ~ ~tr.let,~ $25,000 or m%-.~ MJWBitgoal b~pplie:a~.~ If the 19tel4o11Elr. .~· oflhe't,britrad. i.s ~~ tb~A .$25 .000: ihe M/WBE · ~al is ~'ap ucaore: POLICY STATEMENT Ii i$ the policty' of the City of Fort. ~rtfl to ens'ure tlie fult and. equitable p;3rtidpation Qy Minority ~nd Women Business Enterpo~ (MIWBE) in the procurement of.all goods and ser'Viees ·~ th~ C)fy,on a cont'ractual basi$: AU requirements and regu1allons stataj if) the C)iy~s ~,tent 'Minority ~ Worf\eft ~\Jsiness ~n,~upris~ Ci.rttii,ance apply to U,l~· bid. MIWB'E PROJECT GOALS The City's MM'BE goal o('I . th,is projectJs. 16 "I~ of ftw total bid'.(B.s• bld _ ilPP,lilK to. Patk8 an<l.Commimftv Sorvl~,l, COMPLlANCE TO . BID SPEC1F1CATJt>NS Op C~ ~ntrads· of' $25,0® .or mpte, ~iqq_er, are: ~Qi.rired t\5 'e9mply witA 11;1:e · intent of the Cit)ls)N.WBE Oi'dfqance by either of the, fpJ~~ · 1. Mee~~ ~~tt\e ~ve $tam~. "1/WB.E;;gAa,1, or '2 . Good faittt Effort g~nm~, or; · 3, Wilb'~dhcumentat):On, or; 4. JqlntVenture. SUBMITTAL oi=. Ra}UIRED -OOCUM.ENTATION The applicable dQOUm9nta must ~,reccive<fby the Maj,agiog .~par:tn"ierit, within U'le followi fo'r if;le' aritire bid to be considateq i:espoatwe.to th& st,'eeificatiOM, .• • . .<I • .. 1 .. ~ObCO!\tta'C\for Utilization Form. ifQ<>al 1s received by 6:00 p;·m;. five (5) City bu.sirie.!i$ :days after ~ bd . met or exoe,ed.ed: ooenfna date exclosi~,of the bi'd oi:>eniria date . 2. G~d Faith Effort and Subcontractor receJv...e.d by 5:00 p.m.., five (5) City business days after th"& bid Utilization .Form, if participation is less than opening date, exclusive .of th.e bid opening date. · stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m .. five (5) City busi.ness days caffer the bid Utilization. Form, if-rro .. M/WBE pa,tldoation : ooeninq date, excl~ive· of the bid ooenfna .date. 4, P~ Contractor Waiver Fornrdf you will receive<:! by-'5:00. p.m •• fiv~ (5:) City business days afte)" ihe bid perfonn all subcorrtractlnalsupp1ier. work: ooenina date., exclusive of the . bid .ooeni1ta date. 6. J,~JntVentureF:Onn, if utillze·.a joint ven~re ~ived b.y .fl:~ p.m., five' (5) City lltlsiness ~~ after tlie oict to met.or exceed gl'.faL onenlno date, .exdusive of the bid openif.lg datlf •. .. . FAILURE TO -COMPLY. WITH llil: ClTY"S MIWBE"ORDlty.ijc'E,.WILI: .. RESULT IN THE BID BEIN.G .CONSiDERB> NO,..~RESP~lf'SIVE TO· SPECIFICAW'HS A ny questio~. ph.Hl$~~0'JJtac::t''tha M/WBE O~eal (817) 3.92-6104, !Revision Rev. l l /1/0 5 /0 15 ' fORTWORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 PRIME COMPANY NAME: Check applicable block to describe prime Co no-tSE? ~rr,--fut-(u. u\--f C7""1--( )(, L, f> bJ Mm/DBE I~ NON -Mm/DBE PROJECT NAME: Clear Fork Drainage Basin ss Rehabilitati BID DATE and Improvements, Part IV 05/27/2010 City's M/WBE Project Go~ I Prime's M/WBE Project Utilization : PROJECT NUMBER ~ 'f.:10 :JI.. I /~.JC/ % 00437 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation; and • received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening ;. exclusive· of bid opening date, will result in the bid being_ considered non:.responsive to bid specifications. . . . . The undersigned Qff~ror;.,-agree~ trn :,enter into a formal ; agreement' with' the-M/WBE firm(s) listed in this utilization -schedule; conditioned upon execution of a contract with the" City of Fort. Worth . The intentional, and/or knowing· misrepres"entatiorf of facts is grounds for consideration: of disqualification and will result in the bid being considered noil,,.restionsive 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 levet: Tier, is the level of subcontracting below the·-prime contractor, i.e., a direct -payment from the prime :_contra:ctor to a subcontractor is considered 1st tier; a payment by a subcontractor to its supplier is considered-2~d tier.· ·· · ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aQreement. Rev . 5/30/03 fORTWORTH ---..,..-- ATIACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs . Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name I N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A -r I'°(.( u'-1' ~ ~ l, I, soo.00 ~OBE~T GRANADOS TRUC Hc<u I r!J i4 I 2 Kingslink Circle KING S4 rpl L6 ort Worth, Texas 76135 I y 817) 237-3520 Qo r\C-M-+e.... S ~5. '3CO,oo ~; rr,;( I COWTOWN REDI-MIX PO Box 162327 Fort Worth, Texas 76161 I ..... "v V (817) 759-i 919 f (817)759-i 716 -,-(bt f~; C-- $ -:3,ooo.oo Roadrunner Traffic Supply, Inc. u,v, 4-"° I 3200 Marquita Drive v /"' Fort Worth, Texas 76116 I V '-:::iL< ppl, e £ phone: 817-244-0305 fax : 817-244-4819 TruBlue Services, LLC rt1choUJ\c~ $4 500.00 8716 S. Wa ter Tower Rd . ~,j Fort Worth, Texas 76179 I phone: 817-917-3238 I v 'Y:J HAROS BROTHERS BORING 'furi~ $ ~&,(JX). Ob s 112 Mosson Road Fort Worth, Texas 76119 I vv (817) 572-6332 JV ed' ti, ;yo oD MJ PIPELINE INSPECTION, INC. ~t'I~ 1()(7 v"' PO Box 851 l rn-L,\ (I e.s Granbury, TX 76048-0851 Melody Bendewald (817) 946-1126 Rev. 5/30/03 ~· .. • • • • " I , FoRTWORTH --.,...-- ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D 1111 Telephone/Fax r B B R 0 B E E C T E A SUN COAST RESOURCES INC ~ue... I tf.L/;C()0,0 D Teri Bateman v"' PO Box 972321 Dallas, Texas 75397 I Y (800)677-)835 x655 . HD SUPPL y WATERWORKS. Ltd. ~~e ,P;pe,t'; #it3 9, 17J 330°0 ,-va Iv-es.. • PO Box 840700 I / Dallas, Texas 75284 V (817) 595-0580 As~ 1+-$3 j{){).oO ) V JLB Contracting, LLC "' PO Box 24131 I Fort Worth, Texas 76124 (817) 261-2991 f,~. fi pe.-!:-u;~ <J, 9 800, 00 vv'a Ives I RINKER MATERIALS PO Box 730197 v Dallas, Texas 75373 --0197 I V (817)491-4321 . Rev. 5/30/03 ' ' ' I ' FORT WORTH -.....,.,-- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATIACHMENT1A Page 4 of 4 ;). d-.t./ &J 00 . DD t i5,a3o.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1/ DC/ 83JJ.ov I The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request. for Approval of Change/Addition. Any unjustified change or deletion shall be· a material breach of contract and may result in . debarment in-accord with the procedures outlined in the ordinance; The contractor shall submit a detailed explanation. of how the requested change/addition or deletion ·wm affect the committed M/WBE goaL · If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Printed Sig ~mQ < ~ame/Title (if different) ~CL--/ ~11,s~t..1,174?;. ~n-5?:>4 -4SStr, Telephone and/or Fax Title Gmtse cGr1~nu.t:1MTX, LP Company Name £0. bo{ 16448 Address f ' ' ----\ Y' t:0<-L LU Oii.h. /\ 0 5 / ;2 '1 / '9-o/ D City/State/Zip ' Date f Rev . 5/30/03 I 1 I I I J 1 FORT WORTH "-, . ~ IME COMPANY NAME: City of Fort Worth Good Faith Effort Form (1Q rG r 1" ion T LP City's M/WBE Project Goal: PROJECT NUMBER I ii, % 1:X)E (j. &DI ATTACHMENT 1C Page 1 of 3 Check applicable block to describe 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. compJet~d his ; form,: in its entirety . with supporting,< documentation; and received by,-· the Managing· Department·.oni or, before-5:00, p.m,. five (5) City business: days , after,bid opening, exclusive of bid opening date, -..~,il fresult in, the bid being considered nori~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 2nd tier. (Use additional sheets, i f necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 1 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. /ves Date of Listing 631 I 5 11..Q_ __ No 3 .) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Vy es (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? Vves __ No (If yes, attach list to include !li!.!!!! of M/WBE firm, R!!!.Q..!1 contacted, phone number and date and !l!!!!!. of contact) NOTE :i A facsimileAnay,: be\used t o-comply·witlt either·l · o r 4 ; buhnay,not. be·1,1sed for both': If a facsimile is,., used,; attactir, ther,taxrir confirmation;, which': is, to0 provide1: M/WB E :namef;\.dat$time-, •fa Xi ,numberr and documentatfe>r:i faxed i (,.: ,. . , , . , ,. ,. ··. . < ,_ ·--· ·--· • . •. : -, ;}; ':Y c , .' . · · .· · NOTE :(lt the:, ljst{~f:'.M/W!3~s \ fc;,t· a~ pa.rtic:~la rr· subc:ontractirig/~~pp!i~£ o pp q rtimitt is; t~n. (1 O)" o ri:: less-r t.he biddei'.'m ust c o ntact t h~·el'.l ~ire l f$Uo: be:· lii-·comp!!ance with questiori s~3 .~nd,4'!i'-·ltthe. list·of M/WBE's for; a particular: ·subco.nti'acting/su pplie1f.o ppoi1:imity:, is -ten; (1 OF o F morer-.th~" bidd·~r.i must: contact at least two- thirds. (~~Ji. oM ,b~:1 li§t ~ithi~"( s~~~(a ~~~i Rt op~qrtunityt _b~f )JO t ~.tesi~-;,,th~~J~•J. t g.~b,~. in.,.compli,mc~ ... "Nith questions,3' ancf4'Sft • .:r.::+· ,_:':i·0 ·:> .,,\!·. ?< · ... , · . · ,,,:';•,, :: ~_;.:·:",,:--.,,. ,.::-,\.\:;·. :-,:--· -· 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of pJans and specifications in order to assist the M/WBEs? _V_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 documentati on the b idder 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 l~leohone Contact Person /'I ScoPIQ of Work Reason for Rejection 'V IO 0 C~x /f j fl C ffi. o (')f ?1:i l YII ~ ./I./\ V I ~ Rev. 05/30/03 II ,, ' I I - ' II II ADDITIONAL INFORMATION: ATTACHMENT 1 C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of a·n 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 fW O'.::ff;:ic~e::;. ~r-- ~ori ~d Signature 9SiC!errt Title Printed Sig~ :8)fl10 Contact Nam~nd Title (if different) ~ads:P c[0{f:t(u rJ I 0v1JY:1 LP .~pany Name r.D. &i< lSYlJ i Address ;J ----r-' i; ol-t= r a-< -tn, t I\ 1 vfl9 City/State/Zip ' '?:[J-5?f../-L 74 3 <iii]-53L/ -'-155 ~ Phone Number Fax Number \ \ifJe(( i @/ C0Ylod-SPC. CD >1\__ ail Addr s 05/ bl~/ 1 D Date ' I Rev. 05/30/03 -, -, TO: The Purchasing Department City of Fort Worth, Texas PROPOSAL Fort Worth, Texas FOR: Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements, Part 4 D.O.E. Project No 6014 Sewer Project No. P258 703170043787 City Project No .: 00437 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 c;-lans and specifications, and subject to t~e i~:::;pection and approval of the Director, Water Department of the City of Fort Worth. If required by this 1-1wj ect, 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 f 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. l ' I .. l '",/.l __ ... MAY .19 .2 0 10 1•1:'s'ei-.8)7'87857 5 3 CH2M HILL INC CPMS APPROX NO. Qtv · B ~-983 LF F'~sur~8 Incb:.Pn:s:rur.i: CJ.ass 350 Oll' 0033.:2 w/ P~cto 40.l ~~ (Ai{Oeptbs)·,-;ii1m!l tJnr. b ,,,nd1el .£rPfra1 Dcnars Alo "Cents: ·.$ 115. 00 s/1~. 0'15 . ()O ·2 ... _all)-1.7.99 L.f'. J'ip;-S..WQ" wiui s~»~ (NJ !kpUi~.) 003-~i Ei'ybty T.:>~llMS ;vO -C"#,ts $. i().0() .... /'13, 720. 00 ; 3 BID-))S4 L.rr P.iJ'i:•$ew~~.s Inoo-0,!~r, Than ·ep:et!!:Out 1l.0349· (DlJ>)_-Install -ftoo lzt111/r,d twtnit/~£i~~ /V O C ents $ 2:zs. oo ~ ~ Cf ca. oo ij * l:l l.D-660" L F. f.>it'C"-;Se,w~-12;,incli,{All ·:Qep~~ ~2"4"7 . t,q6tt-tlA,)o / r.>onai's ;1/0 -<S'ents. ·$ __ 8). 90 $ 5%J 20. 00 nm .. 40 L.1? .. 'P ipt,-$..wtr-11l,·lrlllh uOttiih''l"'l'im1 ~ €ut "0024-S (DJP) -b:istall ~IAJ.o. hundre ) l ft v Dc>nars i CIM .r .f.o~ f'&rt 4 Sid fom1 {.S-1#--iQ) Adi:te;nd~r;,1: f2).xl~ Addqr,d ~nJ 1. ". "". -.l rJ<;l .• ,..~ C~,;,tr~ctor mu~-i::C!tnt.'1"i'-t~ UH!'-f~~ncwing 'City Api:::oved _l'roeiucl" fo rm _on P<lll ll' 9 oi propc,f~I. Af() C~nt;; l2 R) $ .250. 0 0$ /~tOO .Pd 5118!20 10. MJ..Y .19. 20 1 0 1-1: 5 '9 8 ~ 7'9795753 Ci•MS Af'f>R:.OX ~Q. QT'( G ~, BID-3!1{t L.:E , *111~ B ID-i,_195 1., . .f . Ol.l18 -~ * .. BJP:. l;(\6l\ l..F. 00:t.!1 9 ~* BlP:. 4 EA .. 00961 1:0 B!P,-0 EA. 003:S(, CH2M HILL INC DESCRll>TION ()F tTEMS \VJTH'!\TI) PR3CES ~JTIBN.lN WOR'DS J'ipc,.12.-kicbto 12 J.u~Enlari;cmfut;HDPE ·-Jn slllll 6.jAty Do\J.irs &Q ___ . ., __ Ceii'ts K¢Jl ,o~l.i~ 8-.mcli pi~,by l;:IPI' 5"£t'/ Donars ,",10 -~:tS P,jp~-6 I,,,cf., ·l0:·S,Ju'c~Enl ~1l•HDT'F:~ Jnstall Sev en t y DollllIS • ;vo -----Cents Siiwc:r Se~,:4 lncb Tap to HDP.E'. by Pi.pc El;farg-:roi;:nt ...:-Jnslil)l " /Jae .. t6ou.SMl;) J'?<,llari; ALO ·--:cc,\t,~ .~i?\,'cr SQ'vice-4·.10:~·lt!Wny C)~J,pui:- lnm.Jl {i vt. hµn dc ed D.QlJarl; NO C-.nllt C1ea: Fork t'cl.1' 4.Bi.;I fotrl\ (5"·1 ~~I OJ AOO~P(\ul'l,1 (:2).xl_s. Aci<1sp<j,i rn 1 ., ...,·, .,;n,:t -· ('.,;,r\"\r.'>r.tM B~Utt"oor,,pl~te, .11)~.ftlilO>A;)'l!:) 'C iW Apiirovea i:"·rooucr·ftirmori"""p:;ge ·s ot propo,cil (5 R) #6826 P.010 /01 5 .$ 80. 00 s .2J...l.,_& ()(} s so . 00 -s S9t 750 .00 s .. 70. Oo . s.J.!J1-](p 0. 00 ~ ~-?-tJ oo.&O ,$ _!/J.OJJ· oo ~ 5 01). l)r) $ -o ----- _t MJ>.Y .19 .2 0 10 1 ·1:s·g sn's·~ss753 CH2M HILL INC ·1nD -Sanitary Sewer Rth .nbiJj't~.tio~, 'CPMS A'PPT<OX DElicRWri ON .cw r f£MS WIT!l 'BID. NO., .QTY P.ll!CBSWRJTT~~ WORDS . 11 Sir>,, 750 L.F. Si;wci: Servi ~ Inm= l.~ 00)54 6l'.t:y 'D(,!l'.Otf NO Ccnis ' JZ·. B~ 7l EA: Sew.er 'S:rYi,c.-4 llicli Sci:vi.~~-T&j.> -fostell ()QJ~'S .., " 2£./1.et}. b. w.,11d.,t:.d. • PoUar$ &O ·cenci · 13' BID~ 42 ~~ ManliC>lo-Std 4 .F.~ µiam:(~.~.f1;~) - ooci:3. Jn,"1all -:fwud:y~s,'x hun!tt~?.1)~ ~.I.Y.O :Cents 14 BID-150 VJ\ Mm:il:iolc-:'Stil4''Ft I?iil!J1-:A<dded D~th.{-ow 00214 6 ft l)ep\ll}-lMtall . _Qne h tJOdre/ 51/t.t. Dollurs NQ Cl!Pf;;; 1$ BID-BA .. Mnnhoti:-J>n,p-S1d·:a'r-t .Di3lll·(to 6'Ft ·dcpth) 0020.7 ~·--Install 1h,ree,, tba~~c..."d_n.,11=. ----·-.111-Q .Cen.b 16 BID-42 V.r":. M:iinholt-Diop,Std 4 ft Diei71-A.ddcd Depth' 0020~ (O\>tt 6 l'l Dcptl:t}. -lnstaT.1 Or1e, hundred ei5ht/i.)!)nms NO Cents ·-- CJ .. ;:ir Fc>rr: PE>r!4 E<lc!ft,rnl (.f-1e-10),Ad<!8Il:!tin11 (2),J(l~-t'.ddene/utl'l .). ~:"·. s nd ..... COnt~AO r mut.t C()fli plf.lr<.: th~ k,Ho\Mnrj ''Ci1Y Approved P'rodur.l" k.rm.o;;·psge 9 cfpropces!. #6826 P.011 /0 15 s _50,00 s 37,500.00 :i: 7~0 .0o $ 'I~ 700.qo -~ 2,IPoo.oos l!JZ1.oo.0 o $ /(,().~~!:, s.J.'/, ~()~.~() .s _.3).QJl,_gp $• /~~IJ~.oo .$ /8().IJo ~ 7;5(p[).Od S'/18/2 0 10 Ml>.Y.19.2010 H:5'9 B;t7 B'~B5753 'PAY ITEM 17 ' CPMS Al'·PftOX NQ'.. QTY 0 CH2M HILL INC ·BID -.S:mil?l'Y Sclicf RchabiJiUtio-il °D.ESCRWTION Or l!EMS WITH BlD· .PR!CESWRl'.TtEN llflYOR.C>$: y,F.-Manho l.:,SbaRow 'Std .:ffr Dillln/(Sbal!ow . . cone;) ..,\iisra1t. · . IS BID- 0021! S.Of>, V.f. ~fonhol~Paint _.&-:Co:iti~s,-JntcriOT Protec:t i~. 20 21 BID- 00:21:8 :BID,, 0.()i98 .BfD- 002.lV 47 Cmu.in_g,-I11~1<1 \ L NO. Cenl.s ---- EA. Mmih,)Je.32." Din~ter Watertight JnS#r.r, -. 1ns1iill ___ .,___,_/v--=0---'-'~---'· Cen'is EA. CoJlw:-..'0aiibolc-(;2 lnch;Framc::~covca: a· Jnstall _ 1Ar~e .bv.11dreJ~~ NO Ct:nl~ ____,_f. ......... i tt.-Y--· ~--.,....._.N....,..Q,.,. __ ~-Ct:1Jls C 22 . BJD-j,76S Lf. Tri::ncn s*~Y Sys-te111 5 F:~t..Dept.h :..-Jnstall oo:m Cl~r f'cm:. _f·~ri 4 Gid form (~1 e-~O) Add-,flclum1 ·c~J .x1J.Ml'.!,;flel1Jm I ...... ,..-iind IC'"" Col"ltric C.tC',r ,:t,"l u:it.~tt)')p!~ tN:: follCY.ving 'CJl.y Api:rnvt?cl. P,rodu6r iomi on r,;ig<: 9 or pro pos.al ; --fwo NO .Cen1s {;-R) #6626 P.012 /015 'S '/.JJ 00 J)_g_ s _-~o-- 5 I 5(). oo s :15.M.Mo -s so. 00 $ 2 350. 00 -·----.... -~ $ SO.Oo s. ),3$0.00 s ___ 2.00 s_l,...~oo MAY.19 .201 0 H ':5'9 8 1 78'785753 ' Cf.llv!..<;: APPROX NO " QTY CH2M HILL INC BlD. -c. -S an.ita~ Sewer J k baoil ltation ni::sr.RTPTiON OF TTEMS MTH Bin .r~cES~~.iNW6RDs #6826 P.013 /0 15 (F'urnish 'all'd install complme· iii",J)l.aoe, .fucludin:;l ·all appurretulllt work, the-follo-wing -it~.) Z3 )3li) .. , 3.6~Q ·i :F. f''a~~'.2."Jncb Min,{l.).V\C on ·2p..t 00#3 Concrete-Base (STR..028)·-hl stai! -r?'l/ r_"bj. -s ; l. . o.,.~ NO C<mis 24' BlD-3,620 L.F. ?ii.vement~Z .lti<;h Min W,>JAC on &-inclt }~Jex 09,142 !,3ssc (STK-03m-lns(all 1l~ .Dollars NQ ... .Ctn-is 25 BJD-·2 ;000 S'.Y. Pavtirocrit-_'\OWtiolilil HMA C Piiycmcnt "06430 :il;cpair. l;li,g.on.\"\·,~aicb Wi;dtli /:-iv~ .[X,ll~· NQ ~~~ :26 BJD'.· ";2 ,028 J;;.F: Oro7,ii; f.iu!l;ct ·-)11 ~: .00423- '1WV>f~ J?oilars '· /110 ·.Cc:iits 27 .B.ID-JOO s .. F. W alk ··· In;tllli (Co.ncrc:te) 00;S 2:8 · _____ b_' V (,. T.x>m.xs NO (A.\1f Cle~(.For~ P:&rt'I Bi~f.:>tr'n (t.-18,10)°~<,1d~11dum1 (2):XJs AddenoiJm '~ ·.-. ~nd"" C.onlt~ m,i~I ~.o.mr,JEll>l he followin(i_ ""Cit;, A~ved Pf\.->dJJct" form on paswS of proposal. s ____ 3r.,JJO.s_l 30. 3 _20.00 ,$ {,.Oo $ :Zit 7_?..0.00 -~ s .oo s lqooo .oo s 20.00 s 'tfli s "o. oo $ 5 .00 $_.lsoo.oo MJ>.Y. 19. 201 0 11 : ':;' 9 8,178'7 8 5 7 5 3 CH2M HILL INC 't J J PAY IJE.M 2S 29 30 31 sz 33 CPMS APP..ROX N.9. QTY BlD-700 0.0404 BlD-40 bQS37 BID', 40 OOS39 BID-:2,000 00TJ7 B1Te>-.1 . .200 0Cll47 1:HD· 6,39li 00201 s.t C.Y. C~Y .. S.Y>, C.Y 0.~.51.;"'RIP'r!ON Of ll'El\1S wnH fill) PRICES \l.'Rlm:;N lN WO'Jl;~~ Dfo~cways& Inc.h ·-Install "(Concrelc~ E,·qbt .J Dolls,-~ /II 0 C:ciits COOCt;t:1~ Type & ----fe. Ca 'P.p1l~ NO l..'ents C.'()n\lf~e.,-Type 'E; -.-.. _,Ua _____ Db.II~: tL_O ·C<mts Ora.."s-'Sod :~ 1nstnll 1hree _ Doll:in; /L!O ~qeriis T6psoil·-ln s!'.all · fot&.r .Doll~r.; /1/0 C~Pts .L.F. ln,spccli{)i)~Post Co.nstrm:tiM Cl~ai i~g & TY -Srudy "1wo .. 0..~Jl:lT$ NO Ct:JJ<S Cle.!if Fc>lf,·'f:art ~ i;l;d fcmn ~tl;,1v ).Ad<Je,11:1iun) (2).:X~..;. Add.e11<run:1.1 ·;-, snd ,.. CcintrliC!of muet cc;,rt,pl<il.11 .ttYe !ollov~:iQ :· (7R) ".Ci\Y.1.-:r-:proved Prl'.lcil>l;t'form on psgee 9.,¢f proposal. $ s $ #6826 P. 0 14 /0 15 TOTAL UN.IJ PRTQ);. , A.M.O,UNTB.\D B.oo s S,IPOO .Q_O LO. p_q_ .$ __J__Qp . (!__O /0,00 $ 400.00 (., .. 3 .oo .$, (p.000.00 s lf.OO s. ~,Boo.oo $ 'J..oo s_/.J.1 792.00 J MAY.25.2 0 10 15:'.3,5 817 £nB5753 I•A;Y' l.':J];l\if'." -~S, A~Q)i;: ~p. e,r:y CH2M HILL INC #6859 P.005 /005 .t>.ES-~ON 01:'.ITEMS)~itfrB:tii l',l'.~~~-./lNVi(~OS. 34: Bl.Ef- QQ®Z 2,660' L.F.-.h1.;p~lion•Tuecon=atl0n·.Clcani~~r'&:·.T'I!·"': ::am~ :{)()~ !ijt50 .00544 Sl\l'Ql:' .. -;Jwo ~---D&il~ __ .....,.J:'~, ....... ·.f._.._t>(~~-.. ,...__--·~n~ -$ ____ -... ../i..~0---~-~ ,.,, 300 00 f. c)0.00 ·$,' · anBi- -~i ~ i.f,. . 1:'ipe:i~1>4ndon·~-~f~~li,1~~ 39 )3jo,, ,."p1 ,rn9. ~- ~') __ .._[:_/;_·..p.__t=e=-e ..... o_·__,1~N~ ,----_.._/YO ·.c.e':im LS ·,. -Signali':i'faffit CoMl'.Ok~fi,:.·&Pi-ov~~-. . . ':U~tall.. . ' . ' ~.F; M~nh~~:Patrrt &: C'ol!tir,ifhrerl&:~ie~ve: · · -··· \:oa1ian;.,.(-SW1da:r.dk§:s.:Ep.o~y .Orieq~~). .;·. · ·· ··"·· · :rti~1r · · · · ___ _._/J..c....a.() ______ Ccnt.s ,s. /so.oa ';$' 7,soo .aa .. -$,li;~xt.~Y s¢µ;'ER~~;µ.;u·~no~to;!:'4~Wi '.s~? 3~~, 785-()_f2 '•'-''ri:,d tot.u to-ti-',;;;t~il!f·Did,l!j?cm!'l~, Clear ro (~·:fiiiit~'Bid i<;,:,•,1'(5:25 .. ~_6).~~ls '., ·•. ll!:)(l''·~it.o~tractor l'n,~$t~omple1a;"tt',e: !ollo-win9. "C:ilY/IP.P;".P~'(l P.cq,c~~·t«m on'pa9.e:9oLp;pl){lt~I. ~~V~) . . . ' I( -'I 1-, 1-, l-. ·1 ,,-, ' a J I 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 Doc;uments, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. · If as a requirement of this project, the undersigned bidder certifies 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 thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No . 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of _______ _ a. Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ® The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: /Addendum No . 1: ---t~-+-r_.---,,,~/' ____ _ v'Addendum No. 2: ---+,-------- Addendum No. 3: ----------Addendum No . 4: ----------Addendum No. 5: ---------- Addendum No. 6 : ---------- ·- l Affi x Corporate Se al ] (9) ::spec~lly~ Title~afrn; &s,dea+ Company: Cooats~ dm<fruc:6 'aa ]X l . P Address: Po. Box ISY'i~ . .,_ ~·~ _. ... fort Worth , TX Zfo 111 . Date: • r Addenda Number / ADDENDA INDEX AND RECEIPT Date Receipt s/;r/:2010 s /-2.s/2010 -.·.....;...._ ..... ·- 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 re·quired 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 au~omatically 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. 121 BIDDER: Caoa. iser Cws:&uA,·c,111X L. P By : __ j_12._c~c_,..v~C_o_a~ca.~i~s:~e-r ____ _ Company (!!>lease print) Address Eod wocth, Il 7&//9 City/State/Zip Title : _ ___,~~e~v-le~n~t _____ _ (Please print) ·-··---,_ THIS FORM MUST BE RETURNED WITH YOUR QUOTATION I I i I I I CITY APPROVED METHOD AMO APPROVED PRODUCT FOR •, •• AND ... , * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Stan~ecNo. Size E1-31 4"through 36" E1-25 4" through 15" E1-27 4" through 15" E1-28 18" through 48" E100-2 18" through 48" Consult with "City of Fort Worth, Texas Standard Product Usr to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above . ** Contractor to indicate Pipe Enlargement Method being used: _...---Pl M Method Name of Subcontractor: ;/,1-J ( dJ I flt r &..f f __ T.R.S. System ___ McConnell Method Name of Subcontractor:------------ Name of Subcontractor:------------ Note: Only tee service connections will be allowed . *** CONTRACTOR TO INDICATE TRENCHLESS METHOD, IDENTIFY APPROVED LINER PROCESS, AND PROV IDE NAME OF CONTRACTOR FOR INSTALLATION: Vcured-in-Place Pipe (CIPP) J <,,,<,wtl5f / fabSt 7,,P./i~5Tti-E1c,/e .z;u -(A-p-pr-ov_e_d CIPP Liners: lns ituform ; Approved CIPP Liner Name of Contractor for Installation National Liner: and lnliner) ___ Fold and Form Pipe (FAFP) (Approved FAFP Liner: U-Liner) Approved FAFP Liner Name of Contractor for Installation Failure to provide the information required above may result in reiec::tlg_n-o,i bid as non-. responsive. ' - Only products listed above will be allowed for use in this project. Any substitutions shall result in rejection of bid as non-responsive Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-l.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl -1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-1 (4) The Work or Project Cl-I (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl-1 (5) Paved Streets and Alleys Cl-I (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 C2-2 .2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities E xamination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l Consideration of Proposals C3-3 (1) C3-3 .2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Propo.:;ais C3-3 (1) C3-3.5 A ward 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) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) 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) C5-5 CONTROL OF WORK AND MATERIALS C5-5 .1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) 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 C5-5 (2) CS-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) CS-5.8 C5-5.9 CS -5 .10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5 .15 CS-5.16 CS-5.17 CS-5 .18 C6 -6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6 .6 C6-6.7 C6-6 .8 C6-6 .9 C6-6.10 C6.6.11 C6 -6.12 C6-6.13 C6-6 .14 C6-6.15 C6-6.16 C6-6 .17 C6-6 .18 C6-6 .19 C6-6.20 C6-6 .21 C7-7 C7-7 .1 C7-7 .2 C7-7 .3 C7 -7.4 C7 -7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPO NSIBJLITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, W amings and Flagmen Use of Explosives, Drop Weight, Etc . Work Within Easements Independent Contractor Contractor's Responsibility for D amage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, Etc. Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by the City Use of a Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C5-5 (3) C5 -5 (4) C5-5 (4) C5-5 (4) C5 -5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 . Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump 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.ll 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 Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and in.terpreted as follows: Cl-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 Documeui.~ 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 PARTS -CONTRACT (Sample) (Sample) (CITY) (Developer) White White Canary Yellow 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 published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. 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 ..re 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. Cl-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 , P art A and Cl-1 (2 ) Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . Cl-1.11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein . Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager,· each of which is required by chaner to perform specific duties . Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth , Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 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 officially appointed City Attorney of the City of Fort Worth , Texas, or his duly authorized representative. C 1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. 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, assistant , or agents . Cl-1.19 ENGINEER: The Director of Public Works , the Director of the Fort Worth City Water Department, or their duly authorized assistants , agents, engineers, inspectors, or superintendents , acting within the scope of the particular duties entrusted to them. 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-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, 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 . Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-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.rn ., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C 1-1.25: 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 July4 First Monday in September Fourth Thursday in November Forth Friday in November December25 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) AASHTO -American Association of S tate MGD Million Gallons Highway Transportation O fficials 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 D iameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asph alt F Fahrenheit Ave. Avenue C Centigrade B lvd. 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 S quare yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change O rder" is a written supplemental agreement between the O wner and the Contractor covering some added or deducted item or feature which may b e 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 O rder unless the increase or decrease ls more than 25% of the aniount of the particular item or items in the original proposal. All "Change Orders" shall be prepared b y the City from information as necessary furnished b y the Contractor. Cl-1.28 P AVED 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, witb 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, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated . C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made . Cl -1 (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION · C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .1 PROPOSAL FORM: The Owner will furnish bidd~rs with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids . The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received . The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2 .2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furn i shed in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished m ay 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 EXAMJNATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests , boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the ..:ost of doing the work or the time ,.:quired for its completion, and obtain all information required to make an intelligent proposai. 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 neces~.ary for full and _ complete information upon which the proposal is to be based. It is mutually agreed that !P.e 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 C_ontract 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 !P-~ Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTJNG 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 mu st 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 comp any or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind , or contain unbalanced value of any items. Proposal tendered or delivered after the official time d~signated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained !:~til the contract is awarded or other disposition is made thereof. The bid security of all ot11~r bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or . _his representative in the official place of business as set forth in the "Notice to Bidders." ~f is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened : C2 -2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS : Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time , and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the 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 representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be prese~t 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 SIDDERS: Bidders may be disqualified ~~d their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. _ e) The bidder having performed a prior contract iii 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 a·loud, 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 talcing 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 misrepresentat!c~ of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3 .3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS : After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of 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 acc9mpanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those c~ 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 a~ounts herein required, the following bonds: a . PERFORMANCE BOND: A good and sufficient performance bond in 'l 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. MAJNTENANCE 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) d . 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 561 h Legislature, Regular Session , 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury Ii::;: of acceptable sureties, and the amoun i: uf 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 apFopriate resolution , or otherwise, awarded the contract, th;: Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3 -3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award . By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee 's . failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll 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 his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. 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. 3. 4 . 5. 6. Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). Damage to underground utilities for $500,000. Builder's risk (where above-ground structures are involved). Contractual Liability ( covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automob:t;-.; 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 furni sh the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached .) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTR;\CTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materiais, labor and services when due. C3-3.13 WEEKLY PAYROLLS : A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. - C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a persn11: persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered , thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth~ Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. 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 C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra 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, aP--:! incidentals necessary to the prosecutio~ ~!!c! 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 proposai; 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 ahticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole . Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 .5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following metl:~c~: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used oii.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 r:-.yment for all costs Contractor incurs ~s :!. 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 emp loy 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 logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and . review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (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, sequencin~ req'.!irements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline . c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e . Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general act1v1t1es as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve. sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein . For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement , construction, pre-acceptance activities , and C4-4 (4) events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3 . Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance 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 the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress . In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4 .7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The rr.~uirements for each Tier are d?-.;:c.!"i~ed below. CONTRACTOR shall submit each schedule relying on the Schedule Guidanct Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER' s standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5 -5 (1 ) - Contract Docum_ents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The . Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated ~epresentative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. ·such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the CS-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. 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 · li:;.~:;, grades, and measurements necessary to the proper prosecution and control of th~ work contracted under these Contract Documents, and lines , grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance 9J construction operations to avoid delay. Such stakes or markings as may be establistjed for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them . Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being pertormed 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 instruction s contrary tot he requirement s of the C5-5 (3 ) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be afthe Contractor's expense. · No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials , or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed , and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference,· make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design , be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense . Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. 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 Owr..~~ unless other wise specifically providei. '!'!!e failure of the Owner to make any tests of materials shall in no way relieve the contrat:to1 of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples · and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. . In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents . Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials . CS-5.13 STORAGE OF MATERIALS : All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work . When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTJLITIES: 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 ) Ll -, all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in ad ';~".:;c; of construction including exploratory excavation if necessary. All verification of utiiities and their adjustment shall be considered subsidiary work. C5-5.I5 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 hnprovement 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 RESPONSIBilJT-Y OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) CS-5 .18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8 ) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and 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 trad e-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 b y 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 div0foiun 9f 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 h~urs notice in writing to the Contractor, save in cases of ~r.1.ergency 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 Polfoe 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 crossing s. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be ~!".)!'::d in such space, but no more than is necessary to avoid delay in the construction opttai.lons. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be le~t 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 CC?_ntractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his . use shall be provided by him at his own cost and expense. C6 -6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work . Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman , and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color_ that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and 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. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above refencd 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 r{- installed, the Contractor shall again contact the Signs and Markings Division to re-inst~ll 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 mainteuance 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 ~ny other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual , or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . C6-6 .10 WORK WITHIN EASEMENTS : Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notifl~d iu writing as fo 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 ease;i:nents 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}mprovements , to all water, sewer, and gas lines, to all conduits , overhead pole lines , or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land · or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from . any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission , neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding , or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing , either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits , before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not -in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6 .6. l 1 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 ail work and services performed hereunder, and all persons performing the same , and shall be solely responsible for the acts and omissions of its officers , agents , servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6 .12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to , and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons , of whatsoever kind or character, whether real or asserted , arising out of or in connection with , directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers , agents , employees, contractors , subcontractors , licensees or invitees , whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors , subcontractors , licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors , subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers , agents , employees , contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees , or invitees of the Owner. In the event a written claim for damages against the contractor c;r ib 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 perfo!Tilance 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 ~!.l t00ks 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 UTil.JTIES, 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 TEMPORA ~y 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, aad for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service · and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense . The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. 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 , th e 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 WAIVER OF LEGAL RIGHTS : Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . 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 carrymg out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.2I 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 SUBLETIING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title , or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time 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 Deviatio~ from such sequencing shall be submitted to the Engineer for his approval. Contractor shall hot 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 Engineer, the Contractor has ob structed or closed or is carrying on operatic{:::; 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 er to be found to be incompetent, disrespectful , intemper2~e, 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 res ult from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKJNG DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b . Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires. C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics , quarantine restrictions, strikes, embargoes , or delays of sub-contractors due to such causes. C7-7(3) 1 When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding'. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 .10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the apprnpriate 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 ifait any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason,· the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 .8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth, The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United Siates or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include . But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the V(Ofk under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause . The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e . Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in wri!~~g by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor· has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet me work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) .. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7~7 .15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all . sections or parts of the project covered by the Contract Documents have been finished and completed, the final i~~?ection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance" of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated ; and no proof in any C7-7(8) claim, demand or suit shall be required of the Owner regarding 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 tc 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 th~ 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) -, C. D. E . which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list 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. 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. AMOL~ITS: Subject to the prov1s1ons .:,f ii.em 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 . FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any , due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amount shall be due for lost or anticipated profits . F. DEDUCTIONS : In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract ; C7-7(10) G. H. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3 . the agreed price for, ot the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: If the termination hereunder be partial , prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein , however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. ·, C7-7 .17 SAFETY METHODS AND PRACTICES : The Contractor sh all be responsible for initiating, maintaining and . supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws , ordinances , and regulations so as to protect person and property from injury, including death , or damage in connection with the work. C7 -7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8 . l MEASUREMENT OF QUANTITIES: The determination of quanuues 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 Contru.:~or 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 t0t~l 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 reservation s, C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, . nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The 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 RETAlNAGE: 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 valu_e 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 permanen.t 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 Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN : It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents , approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY : Neithei· th e; 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 . C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item . Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS : The Contractor shall keep on record a copy of all specifications , pl ans , addenda , modifications, shop drawings and samples at the C8 -8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C8-8(5) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND 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 th~ 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 est:i11iates 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 mor,e 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 p>1ti! compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous · estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions : Paragraph C3-3 .11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D . C3-3 .11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/2 4/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold hanrJess the Owner fro:n 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. 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 .1 l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg . 2 l . 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 AM. Best rating of A: VII or equivalent measure of financial strength and solvency. f Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h.. Workers' compensation insurance policy(s) covering empluyees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24 /02 Pg. 3 H . m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance . The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein . T 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. 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 17027, Fort Worth, Texas 76102 . C2-2.8 WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time , no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, G;eneral 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 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 .l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSl.JKANCE AND BONDING". · L. RJGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8 .14 RJGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this sc~i.ion. 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 anv directly pertinent books, documents, papers and records of Stich 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 follo w s: Rev ised 10/24/02 1. 50 copies and under -10 cents per page Pg .6 -, 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: N. 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 C6-6.1 O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be inciuded in the Linear Foot price of the pipe. 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 COMPLTANCE" shall be deleted in its entirety and replaced with the following : Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees. to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds .for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating . . to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to .be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years . Revised 10/24/02 Pg . 7 P. 'Y~ot,~~Ests:e.i:1kfn~"c3JB:YT6fiti<feii~iai¥;~.iiclitltjfii:{¥fa:~¢i1~_;$~;iepfat;_eawith (~) 1.'fo! c:~tltrifit~t~$).~lJc9¢ply(witli_ all tequifewentt 6f€li~gi~f?iJs}tf~~~~,cy~y~rnmem: Cbd~,. in.dµ~µig::tn~,p~]m~ht" o;fno;rless than .the rates_get~roiin~dby thidtfGo~cil bf tlieJ2iti ;~{F:~~:Mtitrdi);tQ~he -tiie]reMailmg wage i:a'tei m .40cdrdatrce ;with,,Gliap.tet'<2158 J:!f i)J~~ii'tJJii.~t~~~Ji-iP:~;iit,g·~Jg~~Ji~iij~~~~i~aiif:i~i1;~;t1~'.~j;·;~t · ' . ,,,~~f, l!til1~~1:ttlt~~i~l})lt~ffif~~~!iiil~~ii~tit~; . r-.--..i:'-~-~-/~~.;:;~~ix~rzi~~~iu .. ~ :S-~•"!:~~}~. -~~.·.i+£~_~.,_,~. J:;,J·~~r~~_.:,~~·=--:~1,r.i;._ir-;Ji.:t~~-;~~)!!-~-:'""_&Z.;o;t~.is?..s~_· .,.:,lI?.t! i:":".""Q:sJt{tli'.e;, te:v · :11itl : .-· .a" e.;i''"tes m,a'lt0ns· :1c.tr(:)trs': "' a'ce;a:tthei:site-;:o'fctr:.-e' ,J'L-=-·· , .. , .. P,., .. ,._ -~ =,Js,;iW. g ._J:t .• ~·,-;s.;es ~-,-.1,,iu,,.,,l1L=.~·-w,lJl •• , ~-,3•',>o<L.--.u•,·,--·-·~··'"·''··-· , . .,. Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS D-1 GENERAL ..................................................... ' ....................................................................... 3 D-2 COORDINATION MEETING ............................................................................................. : .. s D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ....... , .............................. 7 D-5 CROSSING OF EXISTING UTILITIES ................................................................................. 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ........ , ......................................................... 8 D-8 TRAFFIC CONTROL ........................................................................................................... 9 D-9 DETOURS ......................................................................................................................... 10 D-10 EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE ................................................................................................. 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES ......................................... , ................................................................ 11 D-17 CUTTING OF CONCRETE ............................................................................................ 11 D-18 PRO.J!::CT DESIGNATION SIGN ................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12 D-21 CRUSHED LIMESTONE BACKFILL ......................................... : ............................ : ..... '..12 D-22 2:27 CONCRETE ........................................................................................................... 13 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............................................ 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-26 SANITARY SEWER MANHOLES .................................................................................. 16 D-27 SANITARY SEWER SERVICES .................................................................................... 19 D-28 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES ................................................................................. 23 D-30 PIPE CLEANING ............................................................................................................ 23 D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23 D-32 MF:CHANICS AND MATERIALMEN'S LIEN ................................................................... 23 D-33 SUBSTITUTIONS ........................................................................................................ !.23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 D-36 BYPASS PUMPING .................................................. ." .................................................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-39 TEr-1POR.A.RY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES , PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL , SODDING , SEEDING & HYDROMULCHING ............................................. :.33 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 D-49 CLAY DAM .......................................................................................... : .......................... 40 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40 D-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40 51.1 . Polyvinyl Chloride (PVC) Water Pipe ... , ...................................................................... .40 51.2 Blocking ....................................................................................................................... 41 51 .3 Type of Casing Pipe ..................................................................................................... 41 51.4 Tie-lns .......................................................................................................................... 41 51 .5 Connection of Existing Mains ....................................................................................... 41 51 .6 Valve Cut-Ins ............................................................................................................... 42 51.7 Water Services ............................................................................................................ 42 51.8 2-lnch Temporary Service Line ................................................................................... .44 51 .9 Purging and Steril ization of Water Lines ..................................................................... .45 51 .10 Work Near Pressure Plane Boundaries .............. : ....................................................... .45 51 .11 Water Sample Station ................................................................................................. .46 51.12 Ductile Iron and Gray Iron Fittings ................................................................................ 46 D-52 SPRINKLING FOR DUST CONTROL. .......................................................................... .47 D-53 DEWATERING .............................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... 47 D-55 TREE PRUNING ............................................................................................................ 47 D-56 TREE REMOVAL ........................................................................................................... 48 D-57 TEST HOLES ................................................................................................................. 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRU .. CTION ................ , ................ : ....................................................... : ................................ 49 D-59 TRAFFIC BUTTON$ ...................................................................................................... 49 D-60 SANITARY SEWER SERVICE CLEANOUTS ......... : ...................................................... 50 D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50 D-62 CONSTRUCTION STAKES ..................................................................................... , ..... 50 D-63 EASEMENTS AND PERMITS ........................................................................................ 50 . D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 D-65 WAGE RATES .............................................................................................................. 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....... , .............................. 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 53 D-68 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 02/09/2 010 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained · in this Part D that is additive to any provision in Part C -General Conditions and part C1 - Supplementary Conditions to Part C of the Contract are to be · read together. Any conflict between Part C -General Conditions and Part C1 --:-Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: · Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements -Part 4 FORT WORTH, TEXAS CITY PROJECT NO . 00437 WATER DEPARTMENT PROJECTS NO . P 258703170043787 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between var;ous parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow.the guidelines listed below: 1. Plans 2. Contract Documents 3. SpecialCondilions 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 ofthis 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 defe.ctive due to these causes. Subject to modifications as herein contained , the Fort Worth Water Departm.ent's General Contract Documents and General Specifications , with latest revisions, are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules , regulations, requirements , instructions, drawings or details referred to by manufacturers name , or identification include therein as specifying, referring or implying product control, performance, quality , or other shall be binding upon the contractor. The specifications and drawings .shall be considered cooperative ; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work . This contract and project , where applicable, may also be governed by the two following published specifications , except as mod ified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02/09/2 0 10 SC-3 PART D -SPECIAL CONDITIONS 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall" be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate; detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Enci!leer. 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". · 1t 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 Div ision , PO Box 17027 , Fort Worth , Texas 76102. B. WITH.DRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager canno t 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 t he signature of the bidder was mailed prior to the proposal opening time . If such confirmat ion is not received within forty-eight (48) hours after the proposal opening time , no further cons ideration will be given to the proposal. 02/09/2010 SC-4 · PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons prov iding 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 contfactor 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 amount::, and filing of any coverage agreements, which r;-;aets 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 cert ificate of cov erag e e nd s during the duration of the project , the cont ractor 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 02/09/201 0 SC-5 U' 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 du ring the duration of the project; 4 . Obtain from each other person wlth 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 per iod 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 proj ect and for one year thereafter. 6 . Notify the government al entity in writing by certified ma il or personal delivery , within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project ; and 02/09/2010 SC-6 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 post ing requirements imposed by the Texas Worker's Compensatiqn 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 Engl ish 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 provid ing 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 011 the legal requ irement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project , it will be necessary to deactivate , for a period of time, exist ing lines. The Contractor shall be required to coordinate with the Water Department to determ i ne the best times for deactivating and activating those lines . D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water li ne and the clear vertical distance is less than 9 feet barrel to barrel, the san itary sewer or sanitary sewer service line shall be made watertight or be 0210912 0 10 SC-7 PART D -SPECIAL CON DITIONS 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 st rength 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. 0-6 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 wr.atsoever . 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 utiliti~s in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result -of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense . The Contractor shall immediately notify the Owner of the damaged utility or service line . He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. · The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent , location , and depth ; they are shown on the plans as the best information available at the time of design , from the owners of the utilities involved and from evidences found on the ground. 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibil ity of the Contractor to protect both the new 02/09/2 0 10 SC-8 PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads . The Contractor shall not , at any time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City . In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additiona l 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)392-8T70] at or ·, before the preconstruction conference .. The P.E. preparing the traffic control plan may utilize sta'ndard 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 tempo rary 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 Div ision 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 des ign and/ or installation , and maintenance of the traffic control plan . 0 2/09/2 0 10 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIA~!~E 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 maimer • 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- 02/0912010 SC-10 -l 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 lin~s. 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 . o.: 17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item . D-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 PART D -SPECIAL CONDI TIONS 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 w ith reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0 " by 2 '-0" in size . The information box shall have the following information: For Questions on this Project Call : (817) 392-8306 M-F 7 :30 am to 4 :30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials , labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. 0-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or d riveways shall be completely replaced for the full existing width , between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in acco rdance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting , backfill , concrete , forming materials and all other associated appurtenanc~b 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 th A Engineer, depend ing on field conditions. Payment for mis ce!!aneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 0-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Div ision 2 Item 208 .2 -Materials and Division 2 Item 208 .3 -Materials Sources . Trench backfill and compaction shall meet the requ iremen t s of E2-2 Excavation and Backfill , Construction Specificat ions , General Contract Documents . 02/09/2 0 10 SC-12 PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. 0-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Ut ility Cuts Figures STR-028,STR-029 and STR-031refer 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 ar.d Backfill of the Genera: Contract Documents and Specifications except as specified herein. 1. TRENCH l::.XCAVATION: 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 outs ide of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8 . Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas , with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable , Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general , all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces , lumps of clay, soil, loam or vegetable matter and shall meet the following gradation : 02/09/2010 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally , the crushed limestone embedment gradation specified in Section 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 . D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S .T.M. standards on all trench backfill. Any retesting 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 tvVo (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested . No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City . 4 . MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe . D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031 . The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets , are provided in these specifications and contract documents . 02/09/2010 SC-14 PART D -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 p2'1ing conditions are not suitable for re p~·.-;,.g , in the opinion of the Owner, the repav ing 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 cor:istruction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes , vaults , service lines , and all other · appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS : The latest version of the U .S. Department of Labor, Occupational Safety and Health Administration Standards , 29 CFR Part 1926, Sub-Part P -Excavations , are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS : 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen ( 15) feet. 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 02/09/2 010 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins . Shoring systems are generally comprised of cross-braces , vertical rails, (uprights), horizontal rails (wales) and/or sheeting . · · D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety system!3 ~hall 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 . 02109/201 0 SC-16 PART D -SPECIAL CONDITIONS Manholes in open fields , unimproved land , or drainage courses shall be at an elevafion shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal , with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished . Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness . 9. MANHOLE JOINT SEALING: All interior and/or exterior joints . on concrete manhole sections constructed for the City of Fort Worth Water Department , excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the jo int 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 joirit sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/09/2010 SC-17 PART D -SPECIAL CONDI T IONS 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 po int 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 expm:t:>d 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 SURFAr.Es · 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 sect ion 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 lim ited to , joint sealing , lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , wh ich if required , sha ll be paid sepa rately. 02/09/2010 SC-18 PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including , but not limited to , excavation , backfill, disposal of materials , joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required, shall be paid separately . The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . D-27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement , or new sanitary sewer service shall be · required as shown on the plans , and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required . Severed service connections shall be maintained as specified in section C6-6.15 . D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles , tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bld for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line , all work shall be performed by a licensed plumber. · The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations 02/09/2010 SC-19 PART D -SPECIAL CONDITIONS (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied . If the Contractor determines that a d ifferent 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 (he 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. _,611 re-routes that are not installed as designed or fail to meet the City code shall be reinstall~d .. at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S .T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes . or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap " shall be included in the price bid for sanitary sewer service taps. D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal , salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2 .7 Removing Pipe, of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-20 PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and conc rete vault lid shall be removed · and returned to the Water Department warehouse by th.e 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 appr0'1ed by the Engineer. Surface restoration shall be compatible with existing surrounding sur.a c6 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: Ex isting gate valve and box lid shall be abandoned by first closing the valve to the fully closed posit ion and demolishing the valve box in place to a point not 14=!=:s 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 tr.~ Er.gir.eer. Surface restoration shall be compat ible 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 , su itable excavated material approved by the Engineer. Surface restoration shall be compatible with surround ing service surface . Payment for work involved in backfilling, plugg ing of pipe(s) and all other appurtenances required , shall be included in the appropriate bid item -Abandon Exist ing Sewer Manhole . 02/09/2 0 10 SC-21 PART D .. SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug , and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C,. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves , 16 inch and larger, and sanitary sewer manholes, regardless of location : Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 0210912010 SC-22 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 Safetv Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Relow .... Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to t!";~ grade as is practical for optimum prui:e1.;i.ion and detectability . Allow a minimum of 18 inches between the tape and the pipe . Payment fon.vork 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 inst.allation 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 SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor a:,all not dispose of such material until the proposed sites . have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authu.-izi ng fiii within the flood plain. Any expenses associated wi th 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 spo il/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this sect ion . D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be requ ired to execute a release of mechanics and material men 's liens upon receipt of payment. D-33 SUBSTITUTIONS 02/09/2 0 10 SC-23 PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-34 PRE-CONSTRUCTION . TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location . Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by m~ans 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 . 0 2/09/2 010 SC-24 PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL: All sludge , dirt, sand, rock, grease , and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted . 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION : 1. TELEVISION INSPECTION : The camera shall be moved through the line in either · direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is . emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or the like, which would require interpolation for depth of manhole , will not be allowed . Accuracy 02/09/201 0 SC-25 PAR T D -SPECIAL CON D ITIONS 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 ttiat all ·of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the came ra 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 : ln~t =~! developing, 35 mm, or other standard-size photographs of the televis ion picture of pr;}bl s ms shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable t o evaluate the condit ion 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 complet ion 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 th is 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 pe r linear foot of sewe r actually telev ised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewe r can be readily 02/09/20 10 SC-26 PART D -SPECIAL CONDITIONS evaluated as to existing sewer conditions and for provid ing 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 (1 O"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 w ith ASTM C1244-93 : 02/09/2 010 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia . 60-lnch Dia. (FT.) Manhole Manhole 0 to 16 ' 40 sec . 52 sec . 18 ' 45 sec . 59 sec. 20' 50 sec . 65 sec . SC-27 PART D -SPECIAL CONDITIONS 22' 55 sec. 72 sec. 24' 59 sec . 78 sec . 26' 64 sec . 85 sec . 28' 69 sec. 91 sec . 30' 74 sec. 98 sec. For Each 5 sec. 6 sec . Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole , which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C . PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping , required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adJ&cent 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 irito 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 cond itions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the 02/09/2010 SC-28 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 import~nc6 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 sAwer 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 stationin g-as shewn 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 photograph ing 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 immed iately upon completion of the television inspection 02/09/20 10 SC-29 PART D ... SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television lnspection '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 hy the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechan ical 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 stem:: iu 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 th is 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 rel ieve the contractor of its responsibil ity 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 . 02/09/20 10 SC -30 \. '- _, _, PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 0-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A .. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes , dams, berms, sediment basins, fiber mats, jute netting , temporary seeding, straw mulch, asphalt mulch , plastic liners, rubble liners , baled-hay retards , · dikes , slope drains and other devices . 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 , ciearing 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 proport ional 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 min imize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not a part of the finished work. 02/09/2010 SC-31 PART D -SPECIAL CONDITIONS 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride .or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference 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 minirr.ize obstruction of access to drives and property during the ~regress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 02/09/2010 SC-32 PART D -SPECIAL CONDITIONS D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil , Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material , in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from .street excavation . All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion . of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffa:0 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 sh.,.;; 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 conta in any matter deleteri.ous 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 g rass as adjacent grass or existing lawn. Ca re shall be taken at all times to retain native so il on the roots of the sod during the process of excavating, hauling , and planting . Sod material sha ll be kept moist from the time it is dug unt il planted . When so directed by the Engineer, the sod ex isting at the source shall be 02/09/20 10 SC-33 PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be used instead of furrows . -T~a soil shall be firm around each block and then the entire sodded area shall be carefully rollE:d 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: 02/09/2010 SC-34 PART D -SPECIAL CONDITIONS a . General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90~1:, 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 RA TE; (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 . 02/09/2 010 SC-35 PART D -SPECIAL CONDITIONS b. Finishing. Where applicable , the shoulders , slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand , rather than by mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed ped 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, spedfiad shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings , or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section 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 ~"!ed s h~II 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 Draw ings , or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . 02/09/201 0 SC-36 PART D -SPECIAL CONDI T IONS 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 fertil izer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fert-ilizer 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 nutrient s fu rn ished 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 "Seed ing ". 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 topso ils secured from borrow sources . Acceptable material for "Seeding " will be measured by the linear foot , complete in place . 02/09/2 0 10 SC -37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport , stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placinc ?.!! sod ; for all rolling and tamping; for all watering; for disposal of all surplus materials; a:id for all materials , labor, equipment, tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes , regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. · 02/09/201 0 SC-38 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 uc5-5.18 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 mig~t 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 min::-:iurr. 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. 02/09/20 10 SC-39 PART D -SPECIAL CONDITIONS 9 . Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter . indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete . Paymer.! for work such as forming , placing and finishing shall be subsidiary to the price bid for pipe installation . D-50 EXP LORA TORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of fill 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 veiify 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 lo cations denoted on the plans or as directed by the enginee r_. 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 pro}ect. 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 excavat ion (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 Plast ic Water Pipe and fitt ings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill, bedd ing, blocking , detectable tapes and all other associa ted appurtenant required , shall be included in the linear foot pr ice bid of the appropriate BID ITEM(S). 02/09/2010 SC-40 -.l '- PART ·o -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 1. Type of Casing Pipe WATER: The casing pipe far 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 si"'all be supplied as follows : For the :nside and outside of casing pipe, c.ei&i-ta r 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 locc:1lion::; a11d 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 02/09/20 10 SC-41 PART D -SPECIAL CON DIT IONS 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 requ i red shut down time. The Contractor's attention is directed to Paragraph CS-5 .15 INTERRUPTION OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location , time , and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding , fittings , blocking and all other associated appurtenants required , shall be included in the price of the appropriate bid items . 51. 7 Water Services The relocation , replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporat/on stops, type K copper water tubing , curb stops with lock wings, meter boxes, and if required approved manufactured · service branches. All materials used shall be as specified in the Material Standards (E1-17 & E 1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. 02/09/20 10 SC-42 PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for 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 reconnectio!1 is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for . one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the c1;~tsi 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 vVOrr<-c1 (1d materials such as backfill, fittings , five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation . 02/09120 10 SC-43 PART D -SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill, fittings , type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops , and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches . Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included ,in other appropriate bid item(s). 2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation . The out-of-service meters shall be removed , tagged and collected by the Contractor for delivery to the Water Department Meter Shop for . reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer . 02/09/2 010 SC-44 PART D -SPECIAL CONDITIONS The temporary seNice layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per seNice tap. This criteria shall be used by the Contractor to determine the length of temporary seNice allowed, number of seNice taps and number of feed points. When the temporary seNice is required for more than one location the 2-inch temporary seNice pipes, 3/4-inch seNice lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings, 3/4-inch seNice lines, asphalt , barricades, all seNice connections , removal of temporary seNices 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 seNice 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 w:!~ 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 seNice 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 consiruction 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 seNice 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" va lves installed are installed closed and no cross connections are made between pressure planes 0 2/09/2010 SC-45 PART D -SPECIAL CONDITIONS 51.11 Water Sample Station GENERAL : All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse . · PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials ne~as:;ary 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 E 1-7. The price bid per ton of fittings shall be pay~!:'nt i!1 f!..!!! for all fittings, joint accessories, polyethylene 1,vrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontalconcrete blocking , vertical tie-down concrete blocking , and concrete cradle . Payment for the polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . 02/09/2010 SC-46 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-~~ 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 "T" = Bar stakes, 6 feet long . 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5 . Surveyor's Plastic Flagging : "Tundra" weight, International fluorescent orange or red color. 6 . Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7 . Survey and stake location of root pruning trenches as shown .on drawings . 8 . Using the approved specified equipment , make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 02/09/2010 SC-47 PART D -SPECIAL CON DITIONS 9 . Backfill and compact the trench immediately after trenching . 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection . E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas desigriated 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 dahiage 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 r 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 th is 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 th is specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the materiai 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 . 02/09/20 10 SC-48 -- PART D -SPECIAL CONDITIONS 0-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, City Project No (CPN}., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to bei~g 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 . · Electron ic 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 th is reimbursement. 02/09/2 010 SC -49 PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron . · Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary. Sewer Service Cleanouts . D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth tran:::tion ber.veen 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, an.d one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed , or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements , and/or permits to perform work on private property . The City has attempted to obta in the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilit ies, such as sewer lines or 02/09/201 0 SC-50 ..... - PART D -SPECIAL CONDITIONS manholes . For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property . Contractor shall adhere to all requirements of Paragraph C6-6 .10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners . The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required . No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing , understanding and complying with all provisions of such permits, i~:::!;..;dlng obtaining the requisite insurance , and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance , including paymer:it 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 . 0-64 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 schedu le, i ncluding 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 RA TES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply w ith 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 prevail ing wage rates are included in these contract documents. Penalty for Violation . A contractor or any subcontractor who does not pay the preva iling 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 preva iling wage rates stipulated in these con t ract documents. 0 2109/20 10 SC-51 PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker , concerning an alleged violation of 2258 .023, Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determ ination of the violation. Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected · worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint . an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. · The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection . · Pay Estimates. With each partial payment estimate or payroll period, whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapte r 2258, Texas Government Code. Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the si te of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) (Attached) 02/09/2 0 10 SC-52 ...l - 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 render:; 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 pioe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System {TPDES) · General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 02/09/2010 SC -53 PART D -SPECIAL CONDITIONS permit can be obta ined 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 p:-:c;-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 Corr.:-:iiss :or. 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 techn iques 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 w ith unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 0 2/09/2 0 10 SC-54 PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . 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 w ithin 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. H;:;·.vever, 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 adoress listed above . A SWPPP , prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences , straw bale dikes , rock berms, diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection , stabilized construction entrances , seeding, sodding, mulching , soil retention blankets , or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . · D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connect in g to or the operat ion of an existing City water line system with the City 's representative . The Contractor may obta in a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requ ires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coord inate 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 Cont ractor will be prosecuted to the full extent of the law . In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions . 02/09/201 0 SC-55 PART D -SPECIAL CONDITIONS D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit . such additional information as the City, in sole discretion may require , including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to · assist the City in 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 ::ssence in the completion of this cont:-~::!. In order to insure that the contractor is responsive when notified of unsatisfactory performane;e ciiid/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 schedl!lc 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 se;:3 d;sc;ation, 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. 0210912010 SC-56 ,l -· 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 burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6 :00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transr0rtation and Public Works Permit Center (817-392-6594) prior to any work in public right of way . Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D -SPECIAL CONDITIONS 02/09/2010 SC -57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No .: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH , OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION W!LL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DAT~ 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 02/09/2010 SC-58 .- ... 02/09/2010 PART D -SPECIAL CONDITIONS Date: ____ _ DOE MO. XXXX Project Mame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVE~EN'!'S IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU HA VE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS S.UPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ __.CONTRACTOR SC-59 PART D -SPECIAL CONDITIONS ·· TEXAS DEPARTMENT OF HEAL TH DEMQLITION 1/.RENGVATi ON NOTfF iCATJON FORM .. N:OTE': CiRC.LE ITT!MS "rHAT ARE ~DEO a) ti:ac ll lty ewner.._ ___ . · ..... , :_Jt .... :,~ ... it""';/::_aaa~~.a.r ""i~'"'";>_.:.:.\ ..... I _;;;;!:..:..·,-':-'-'---"--'-''-'-----------.;.._------ . Aitenbion":··":""""-· ------,----,-~-----:-;"""""------~~---~-,----,--------:_, ;Mq11n g Mares-,'\ ~ ._. ·;< .. := . _. . _ _ __ ··.,>:CJIY; · •,. '"· ..... · ... ' .. -.,.,, . _,_, $1$te; · , Zip,;. ·.·.. OWQerP.ho..neNun,oo ~L;.l' :· ... ; / 1~!'~~~0 in¥:0.!~ tct!!!G ·~~-fil:@.~~;~~-~li(b1fr.,"!t 1o·tii,t :QW'.Ml' of th~bulld'J~ ind·~·~ till11!'~9'ad(I~ tor fM IIW.oita wll.r •· ~ ty.: ·· -· -·r:.; Clt.t · · ty C1;1ntaci Pereon; •· · Zlir, • ····-• 1 ... '. ·.~ ··'· ·: '· .. · • .. Siz'a: •.·._ fa ,PertiJii tion ' ', ' ci Remva tlon (Abatement).:'. . !I Annuai Cofit(lJidated ... ,. , . < D . ~1~):: :i(?-,:.~f~ht' , ;t\::)~ '~b~~:;\,@!ct J} ... ,, , '- .-.:!':·, I ~ . ,8) ·-~~r'_i,pl[~~ of ~roeedures lri~e follo'\ved. In the ev~t that l1fl~}(P~_clad ~a~os t~ io1,J!'lti or P.fevio1.1sty nrm •mab le ; ! · _ ' ~~~stos ~alerfal becomes aumbl~, ~ulva:r i~. Q~ t<:!dveed tg powtter ; ~....,;,-------,--------,~ ~;.,• .. ; a I) . ~{J),::~){)J ~-" ,Asbestos ~rvey performed?' g YES o NO D~la: ~ I TDH lmipeclor Ueense No :._._ ____ ., ~ G '~~azyli~I Mellil od : D Pl.lfl~ D T.E"_f D Assume d 'Ji~f;Hal>01~l~(Y,lt¢e0$e No~. , . . · jlitfu . · {lFo r T AHF'A (public bulld1!'i9.) [Pl"OJ.e~s; <I ii\ li!!Jsumptton mus be made by a TiO!-,! lllcerised lnspaotor) ~{?'r·,· . . ·~ !rJ ,s ~-J ~) W ~ipt!on of p~a nned demolition .or ral"lOvation t!Jl)tk, type of material., s..nd method(s} to be wed,._; --~-=-.U, ~~ ~::°" ' ' 11~ .4::- 1if; 1· 11) Desctip1i¢n of \'.IQtk practices and engineering conitrols to be usG:d to p.reven t. emi ssto ns of ,;1i\be$t¢$ :at ttie \Jj oemolitionlrenovatroni.· ---------~~-------'-----------.:..-- ~~ · - ~"..10 02/09/2010 SC-60 _, PART D -SPECIAL CONDITIONS .12) Al_l appUca~ llanls in thefo!IO'Ning table mU'!;.t be,completed : IF NO ASBESTOS PRESENT CHECK HERE!J ; . '··· . RACM NOT removed ;4.~:/ ~' .. ~ ""· ....., ______ .......,......,. .................................... ___ ~------+---1---4--4-- lntertir Cate 1.nonAnableremoved fir?\ r====~~-=~=-==:.-::-i;;,:..ti-----+-----+--1---1--1--;r;:. -.:.Ca . ,.; ·c:unon;.frlable NQTre.movlld 02/09/2010 •· , AA.CM b«.F.:ieility t:on;rioo$1it -. (D.:.:s} ASBESTOS NOTl:FLCATtON :SECTION TOXtO SiµSSTf-iNO,E·s CONTROL DIVISION T'SXAS OEPARTMENT OF HEAL TH Po"BQX 143538 . AUSTdN, TX 78714-3-538 PH: 5124334-(ifKJ(l, 1.:S00 -572-5548 SC-61 ( (F:3X Number} PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 PART D -SPECIAL CONDITIONS L __ ;,_~~~=e --•• ::tiI:::!r;~r,.~ ~. J Classifications Air Tool' O,pera'.cr .Aso'.haft Ra~r As11'.haft Shoveler Asohsll: Disbibutor O.,eratDf" As1>'.halt'Pavina Machine OiDerator 811tching Plant W~her Broom« SweenerOperator Bulldozer Operaror Carpenter (Rou~hl Cancre1e Fmisher-Paving Concrete Finish"'r -S1ruciures Clancre1e P~ Curbina Mach. Ooe,-. Cancreie P.-uinn Rnishina Mach. Oner. Concrete Paving Joim Seater Oper. Cancre1e Pavina Saw o.....-. Concreie Paving Spt-ead'er Oper. Concre1e Rubber Cr;ane, Olamshell. Backhoe. Derrick, Dragline. ShClllel Eleclrician Aagger-Form Builde:r-S1r:ucfures FaliTll SeHer-P:a,mg & Gurtr.s Foundation Drill QnPral.oc,. Crawt'er Mounted Fol!Jfldatioo Drill Qoerator, Truck Mounted Front End Loader laborer-Cornman laborer-utility Me.chanic Milling Machine Operator-. Fme Grade M"ixer Ooer:atoc t.iotor Grader Operator (HneGrade) Moror Grad.er Ooer.iror. !Roui:ih Oiler Pa;inter, Structures PevememMa:rkina Machine Ooel". Pipe Lav.ell" Roller. Steel Wh.,ee1 Plant~ Mix Pavements Roller-. steel Wheel other Ftatwheel 01" Tam:oina Rallec,. Pnemnafie, Self..PrOCJelled ~aer ReinfCFci.ru:i Sfe.eE Setler IP,!Wiool ReinfOi'ciru:, s:teell S1:tter {Structure) S<lurce is AG.C of Texas {l-lwy. h'v-J. Utilffi:es Industrial Branch) v,nN11.a;;x:ess,,gpog.ov/davns,b13conf 02/09/2010 Hour1v Rates Classifications Hrtv Rts $10,00 ~rOperalo:r $'11.42 $13.00 Semcer-$1232 $&.80 Slip Form Machine Openrtor $'12.33 $13.QQ s~:ader Box Operator $10.92 $12.78 Tractoc ooeratar. ·Crawter-Tvoe· $'12.60 $14.16 Tractor-operator, Pneumatic $'12.Q1 .$9.88 Travelina Mi;,ierOperator $'12.03 $13.22 Truck. Driver-Sin,gle Axle (Ught) $10Jl1 $12.&l Truck. Driver-Si~te ~le (Heavy} $11.47 $12.85 Truck. Driver-Tandem Axle Semi-Traiter $'11.75 $13.27 Truck. Driver--Low.bovlFl2t $14.93 $12..00 Truck. DriYer-T ransil Mix $12.1118 Wa!JOO Dnll. Baring Machin,e, iPast Ho'le $13,63 Driller $14Jl0 $12.50 Welder-$'13.57 $13.56 Work Zone Barricade Servicer $'10.IIJQ $14.!iO $10'61 $14.12 $18.12 .$8.43 $11.63 $11.83 $13.67 $16,30 $12..62 .$9.1& $10.65, $16.Q7 $1Ul3 $11.68 $1!ic20 $14.50 $.13.17 $10.04 $11.04 $1128 $10Jl2 $11.07 $14.8'6 $16.2il SC-63 DA-1 DA-2 DA-3 DA-4 DA..S 0~"'6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 (OMIT} DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 OA-30 DA--31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 10123108 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT) .............. 3 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ............................................... 4 . PIPE ENLARGEMENT SYSTEM .................................................................................. 9 FOLD AND FORM PIPE ............................................................................................. 16 SLIPLINING (OMIT} ..................................................................................................... 21 PIPE INSTALLED BY OTHER THAN OPEN CUT ...................................................... 21 TYPE OF CASING PIPE .............................................................................................. 24 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR ............................................. 25 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 27 MANHOLE REHABILITATION ................................................................................... 30 SURFACE PREPARATION FOR MANHOLE REHABILITATION .............................. .40 INTERIQ_R MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMIT) .... .41 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMIT) .................................. 41 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ..................................... 41 INTERIOR UANHOLE COATING -RAVEN LINING SYSTEM .................................. .44 INTERIOR MANHOL.E COATING: PERMACAST SYSTEM WITH EPOXY LINER ..................................................................................................................................... 47 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT} ......................... 47 RIGID FIBERGLASS MANHOLE LINERS (OMIT) ..................................................... .47 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT) .................................... 47 PRESSURE GROUTING ............................................................................................ 47 VACUUM TESTING OF REHABILITATED MANHOLES ............................................ 50 FIBERGLASS MANHOLES (OMIT) ................................................... : ......................... 53 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITL ....... 53 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMIT).. .............................. 53 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMIT) ........................................ 53 REP~CEMENT OF H.M.A.C. PAVEMENT AND BASE {OMIT} ................................. 53 GRADED CRUSHED STONES (OMIT) .T ................................................................... 53 WEDGE MILLING 2" TOO" DEPTH. 5.0' WIDE (OMIT) .............................................. 53 BUTT JOINTS -MILLED (OMIT) ................................................................................. 53 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX} ....................................... , ............ 53 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................ 54 NEW 7tlCONCRETE VALLEY ~UTTER (OMIT) ......................................................... 54 NEW 4" STANDARD WHEELCHAIR RAMP (OMIT) ................................................... 54 S" PAVEMENT PULVERIZATION (OMIT) ................................................................... 54 REINFORCED CONCRETE PAVEMENTQR BA~!; {lJJILITY.CU.TJ (OMIT} .............. 55 RAISED PAVEMENT MARKERS (OMIT) .................................................................... 55 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 55 LOADING1 JRANSPORTA l"ION, ANDDISPOSAL OF CONTAMINATED SOIL ..... , .. 59 ROCK RIPRAP ~GROUT~ FILTER FABRIC (OMIT) .................................................. 60 CONCRETE. RIPRAP (OMIT}. ....................................................................................... 60 9QNCRE_TE CYUNDER PIPE AND FITTINGS (QMIT) ............................................... 60 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) ................................................ 60 UNCLASSIFIED STR~ET _EXC!' VA l"I_ON {OMIT) ........................................................ 60 6i'pERFClRAT1;D PIPE SUBDRJ1,JN (OMIT) ............................................................... 60 REPLACEMENT OF 4n CONCRETE SIDEWALKS (OMIT) ........................................ 60 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................ 60 PAVEMENT REPAIR IN P~RKING AREA (OMIT) ...................................................... 60 ASC-1 DA-48 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA.SO DA-61 DA-62 DA-63 . DA-64 DA-65 DA-66 DA-67 DA-68 DA--69 DA-70 DA-71 DA-7 2 DA-73 DA-74 DA-75 DA-7'6 DA-77 DA-78 DA-79 DA.-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS EASEMENTS AND PERMITS ............................................................... -...................... 60 HIGHWAY REQUIREMENTS {OMIT) .......................................................................... 61 CONCRETE ENCASEMENT ....................................................................................... 61 CONNECTION TO EXISTING STRUCTURES ............................................................. 61 TURBO METER WITH VAULT AND BYPASS INSTALLATION {OMIT} ...................... 61 OPEN FIRE LINE INSTALLATIONS {OMll) ............................................................... 61 WATER SAMPLE STATION COMIT} ............................................................................ 61 CURB ON CONCRETE PAVEMENT (OMIT) ............................................................... 61 SHOP DRAWINGS ...................................................................................................... 61 COST BREAKDOWN .................................................................................................. 62 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................. 62 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................... 62 ASPHALT DRlVEWA Y REPAIR (OMIT) ...................................................................... 63 TOP SOIL ..................................................................................................................... 63 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMIT) ...... 63 BID-QUANTITIES ........................................................................................................ 63 WORK IN HIGHWAY RIGHT OF WAY (OMIT) ............................................................ 63 CRUSHED LIMESTONE (FLEX-BASE} ..................................................................... 63 OPTION TO RENEW (OMIT) ........................................................................................ 63 NON-EXCLUSIVE CONTRACT {OMIT} ....................................................................... 63 CONCRETE VA~LE'f_ GUTTER (OMIT) ....................................................................... 64 TRAFFIC BUTTONS .......................................................................... ~ ........................ 64 .PAVEMENT STRIPING (OMIT) · ................................................................................... 64 H.M.A.C. TESTING PROCEDURES ............................................................................ 64 SPECIFICATION REFERENCES .................................................................................. 64 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMIT) .......................................................... .' ................................. 64 RESILIENT-SEATED GATE VALVES (OMIT) ............................................................. 65 EMERGENCY SITUATION, JOB MOVE-INJOMIT) .................................................... 65 1 Yz'' & 2n COPPER SERVICES {OMITJ. ..................................................................... 65 SCOPE OF WORK (UTIL. CUT) (OMIT} ...................................................................... 65 CONTRACTOR'S RESPONSIBILTY {UTIL. CUT) {OMIT) .......................................... 65 CONTRACT _TIME {UTIL CUT) JOMI_T) ....................................................................... 65 REQUIRED CREW PERSONNEL & EQUIPMENT {UTIL. CUT) (OMIT) ..................... 65 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMIT} ........................................ 65 LIQUIDATED DAMAGE~(UTIL. ClJT} {OMIT) ............................................................ 65 PAVING REPAIR EDGES {UTIL. CUT) (OMIT) ........................................................... 65 TRENCH BACKFILL (UTIL. CUT) {OMIT} .................................. : ................................ 65 ChE/l.N-UPJUTIL CUT) (OMIT} .................................................................................. 65 PROPERTY ACCESS (UTIL. CUT) {OMIT) ................................................................. 65 SUBMISSION OF BU'.!S (UTIL. CUT} {OMIT) .............................................................. 65 SJANDARD BASE REPAIR FOR UNIT IJUT!L. CUT) (OMIT) ...... ._ ... .-........................ 65 CONCRETE BASE REPAIR FOR UNI.T II & UNIT Ill (UTIL. CUT) {OMIT) .................. 65 211 TO 9 "_H.M.1'..C. PAVEMENT (UTIL. CUJ) (OM!Tl.. ................................................ 65 ADJUS'f WATE~ VALVE B0X~S1 MAN_HOLES, AND VAUL TSJUTIL_ CUT) (OMIT) 65 MAINTENANCE BOND fUTIL. CUT) (OMIT) ............................................................... 65 SRI.CK. PAVEMENT {UTIL. CUT) (OM~T} .................................................................... 65 LIME: S'l'ABIU?-EDSUBGRADEJUJIL. CUT}(OMIT) .................. · ............................... 65 ASC-2 DA-95 DA-96 DA-97 DA-98 DA-99 (OMIT} DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-119 PART DA -ADDITIONAL SPECIAL CONDITIONS CEMENT STABILIZED SUBGRADE {UTIL. CUT) (OMIT) ........................................... 65 REPAIR OF STORM DRAIN\ STRUCTURES {UTIL. CUT} (OMIT) ...... -....................... 65 . "QUICK-Ser· CONCRETE {UTIL. CUT) (OMIT) ......................................................... 65 UTILITY ADJUSTMENT (UTIL. CUT) {OMITl .............................................................. 65 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT} ..................................................................................................................................... 66 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT} ....................... 66 CONCRETE CURB AND GUTIER (UTIL. CUT) (OMIT) ......................................... 66 PAYMENT (UTIL. CUT) (OMIT) ............................................................................... 66 DEHOLES (MISC. EXT.) {OMIT} .............................................................................. 66 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) ........................................... 66 PRESSURE CLEANING AND TESTING (MISC. E~.} {OMIT) ............................... 66 BID QUANTITIES {MISC. EXT.) {OMIT) .................................................................. 66 LIFE OF CONTRACT {MISC. EXT.) (OMIT) ............................................................ 66 ~LOWABLE FILL {MISC. EXT.} ........................... : ................................................. 66 BRICK PAVEMENT REPAIR {MISC. REPL.} (OMIT) .............................................. 67 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT) ................. 67 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) ................................. 67 MOVE IN CHARGES (MISC. REPL.) {OMITl ......................................................... ~.67 PROJECT SIGNS (MISC. REPL.) (OMIT) ............................................................... 67 LIQUIDATED DAMAGES fMISC. REPL.){OMIT} .................................................... 67 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) {OMIT) ................................. 67 FIELD OFFICE (OMIT) .................................................................. : .......................... 67 --· -. ~ . - TRAFFIC CONTROL PLAN ..................................................................................... 67 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITl .. 67 CATHODIC PROTECTION SYSTEM (OMIT} ........................................................... 67 DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT) 10/23108 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE A. WORK TO BE DONE: The work to be done under this contract consists of rehabilitation of existing sewer lines by the Cure-in-Place Pipe Method or approved equal. Cured-in- place pipe consists of a resin impregnated flexible tube, coated with an elastomeric coating, when inverted into an existing sewer pipe through existing access manholes, and which, under proper hydrostatic and thermal conditions, is cured-in-place, becoming a structurally sound cured-in-place pipe. The thickness of the pipe will be dictated by the structural requirements of the sewer pipe with no loss of cross sectional area other than the thickness of the resin-impregnated tube. The pipe will be impermeable ta water, provide corrosion resistance, and an optimum friction factor for the sewer flow. Branch connections shall be reinstated by a remote controlled cutting device. The work consists of providing all labor, equipment, transportation, materials, and supervision necessary to : 1. Thoroughly clean sewers as required for the installation of the resin-impregnated tube. 2. Inspect sewers by closed circuit color television (CCTV), including identifying and marking the location of each service connection . Cast subsidiary to Pre- Construction TV Inspection. 3 . Notify residents at least 48 hours prior to service interruption. 4. Install the resin-impregnated tube of the correct thickness as specified . 5 . Cut out all service connections by remote cutters and restore service within 18 hours. 6 . Re-inspect by CCTV to verify satisfactory completion of work at time of lateral reinst atement. Cost s:.ib~idiary to Post·Constructian TV Inspection. 7. Pump around all dry and wet weather-flows ta accommodate the process at each separate installation, as required . 8. Comply with all appropriate governmental agencies' regu lations regard i ng traffic, safety procedures and permits, the cost of which is the responsibility of the Contractor. B. MATERIALS: The fiber felt tube shall be fabricated to a size that when installed will tightly fit the internal circumference of the conduit specified by the Owner. Allowance for c ircumferential stretching during inversion shall be made and shall meet ASTM· 1216. 10123/08 The minimum length shall be that deemed necessary by the Contractor to effectively span the d istance f rom the inlet to the outlet of the respective manholes, unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation. Individual invers ion may be made over one or more manhole sections, as determined in the field by the Contractor. ASC-4 1_._ PART DA -ADDITIONAL SPECIAL CONDITIONS Unless otherwise specified, the Contractor shall furnish a general purpose unsaturated polyester resin and catalyst system that meets ASTM standards and the finished cured · physical strengths specified. C. REQUIRED THICKNESS OF CURED-IN-PLACE PIPE: The thickness of the pipe will be determined from information supplied or manufacture's recommendation for the condition of the existing pipe. Should pre-installation inspections reveal the sewers to be in substantially different conditions than those in the design considerations, the Contractor can request such changes in pipe thickness, supporting such request with design data in accordance with the pipe manufacturer's standard design criteria as follows: Sewer Diameter 10" 12" 15" 18" 21" 24" 30" 36" 42" 48" 54" 60" LINER THICKNESS Pipe Invert Pipe Invert Depth up to 1 O' Depth 10'-15' {also the minimum) 4.5mm 4.5mm 6.0mm 6 .0mm 6.0mm 6.0mm 6 .0mm 7.5mm 7.5mm 9.0mm 9.0mm 12.0mm 10.5mm 13.5mm 12.0mm 15.0mm 15.0mm 18.0mm 16.5mm 21.0mm 19.5mm 24.0mm 22 .5mm 28.5mm 25.5mm 30.0mm 28.5mm 34.5mm Pipe Invert Depth Over 15' 4 .5mm 6.0mm 7 .5mm 9 .0mm 10.5mm 13.5mm 15.0mm 16.5mm 21.0mm 24.0mm 28.5mm 33.0mm 36.0mm 39.0mm D. PREPARATORY WORK: The installation rprocedures shall be as follows unless otherwise approved by the City. 1. 2 . 10/23108 Safety -The contractor shall carry out his operations in strict accordance with all safety requirements . Particular attention is drawn to those safety requirements that involve working with scaffolding and entering confined spaces. All 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. If a street must be closed ta traffic ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS because of the orientation of the sewer, the City shall institute the actions necessary to do this for the mutually agreed upon time period . 3. Before using any water from the City of Fort Worth, the Contractor shall be responsible for the water · meter and related charges for the set up, including the water usage bill. All expenses shall be considered incidental to cleaning . 4 . Cleaning of Sewer Line -It shall be the responsibility of the Contractor to remove all internal debris out of the sewer lines and flush the sewer lines clean, disposing of debris off-site. Debris is not to be washed downstream · into other sewers. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of at no additional cast to the City. It is the responsibility of the Contractor to secure a legal dump site for the disposal of this material. All . materials shall be removed from the site no less often than at the end of each work day. All cost for the above-described work shall be paid for by the price bid per linear foot for Cleaning and Television Inspection. 5 . Inspection of Pipelines -Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post-Construction Television Inspection of Sanitary Sewer Lines". E. INSTALLATION OF THE RESIN IMPREGNATED TUBE: 1. 2 . 3. 10123/08 The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated fiber-felt tube will be vacuum impregnated prior to installation . The Contractor shall allow the Owner to inspect the materials and "wet-out" procedure. , A resin and catalyst system compatible with requirements of this method shall be used . The quantities of the liquid thermosetting materials shall be per manufacturer's standards to provide the wall thickness specified. All felt shall be impregnated under vacuum. The wet-out fiber felt tube shall be installed through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend it to the next designated manhole. The impregnated tube shall generally be inserted into the vertical inversion standpipe w ith the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the felt tube shall be turned inside out and attached to the standpipe so that a leak-proof seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall and produce dimples at the side connections. A lubricant, if used, shall be as approved by manufacturer's standards. Manufacturer's standards shall be closely followed during the elevated temperature curing so as not to over-stress the felt fiber and cause damage or failure prior to cure. In certain cas.es, the Contractor may elect to use a top inversion. Curing : After inversion is complete , the Contractor shall supply a suitable heat source and water or steam recirculation equipment. The equipment shall be ASC-6 ff PART DA -ADDITIONAL SPECIAL CONDITIONS capable of delivering hot water or steam throughout the section by means of a pre- strung hose, which has been perforated per manufacturer's recommendations, to uniformly raise the water temperature above the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed and shall be per manufacturer's standards. 4. The heat source shall be fitted with suitable monitors ta gauge the temperature of the incoming and outgoing water or steam supply. Another such gauge shall be placed at the remote manholes to determine the temperatures during cure . Initial cure shall be deemed to be completed when inspection of the exposed portions of the cured-in-place pipe appear to be hard and sound. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the inversion process , during which time the recirculation of the water and/or steam and cycling of the heat exchanger to maintain the temperature continues. 5. Cool-down: 1·he Contractor shall cool the hardened cured-in-place pipe ta a . temperature below 100 F before relieving the static head in the inversion standpipe. Cool-down may ~"" accomplished by introducing cool '.;'..'e!e:-into the inversion standpipe to replace water or steam being drained from a sr,,all hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed cured-in-place pipe. F. SERVICE CONNECTIONS : After the pipe has been installed, the Contractor shall reconnect the active service connections . This shall generally be done without excavation, and, in the case of non-man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-established them to not less than 90 percent capacity . Existing services shall be reinstated within 18 hours of installation. Should internal reinstatement not be possible, the services must be reconnected externally by excavation immediately. Service saddles acceptable to the Engineer shall be utilized. Backfill at service connections shall be cement stabilized (2 sacks per cubic yard) to a point 12 inches above the service l~teral to trench intersection and shall be in accordance with these specifications . Each reconnection shall be paid for separately. Six inch sewer lines shall have service connections completed by external means . Contractor may re-connect the 6 11 sewer line connections by internal means in special cases with the approval of the Engineer. G : ACCEPTANCE: The finished cure-in-place pipe shall be continuous over the entire length of an inversion run between manholes and be smooth and free from subs ~:mtie! wrinkles, as well as defects, and improper house connections. Should any of these defects occur, the line shall be excavated, repaired and/or replaced and complete restoration made to the satisfaction of the City at no additional cost. The watertightness of the pipe shall be tested for leaks under a positive head during cure with allowances being made for end leakage and temperature effects. H. CLEAN-UP : Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by his operations to original or better conditions . 1012310s ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS I. PATENTS: The Contractor shall warrant and save harmless the City and all of its officers, agents, and employees against all claims for patent infringement and any loss thereof. J . SPECIAL NOTES: The Contractor shall . be liable for damages to the homes or basements from backups which may result during the installation of new pipe. K. MEASUREMENT AND PAYMENT: 1. 2. 3. 4 . 5. 6. 7. 10/23/08 Cured-in-Place Pipe (CIPP) Installation: CIPP installation will be measured for payment by the linear foot of CIPP actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. Service Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials, and the laterai connection, including all necessary pipe and fittings to connect the existing service line. Payment shall not include pavement replacement, which if required, shall be paid separately. Television Inspection and Cleaning : Special Condition for Post-Construction Television Inspection applies . .Sewer Cleaning by Bucket Machine: Heavy cleaning requiring· more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer .. By-Pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated far the inversion of the resin- impregnated tube. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by.pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. Point Repairs: Point repairs shall be made before or after a cured-in·place pipe installation at the Contractor's option. Paint repairs shall be conducted only if mutually agreed to by City and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose, it will be the responsibility of the Contractor to check with various utility companies and determine the location of their faciHties . Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor , material and equipment for pipe replacement according to standards. Subsidiary Wark: Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc., shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed . ASC-8 I, PART DA -ADDITIONAL SPECIAL CONDITIONS DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 10/23108 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; Mclat Construction (McConnell System for Pipe Crushing}, Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval proce~ures for alternative processes . 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "maling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified ,by the particular Pipe Bursting/Crus~ing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2 . of these specifications is acceptable. a. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling , and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing , handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Submittals: Submit for review and acceptance, the following Contractors Work Plan and Drawings to the City : a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and · dimensions of new pipe and fittings.· Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City. c. Method of construction and restoration of existing sewer service connections. This shall include: 1) Detail dr~w\~gs and written description of the entire construction procedure !o Ir.stall pipe, bypass sewage flow and reconnection of sewer service connections . 2) Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. 3) Certification of workmen training for installing pipe .. 4) Television inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage, and Handling: a. Transport, handle , and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by tr~ Proj'=l'.?t Manager at the Contractor's expense . before proceeding further . c. Deliver, store and handle other materials as required to prevent damage. B. MATERIALS : 1. . Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type 111 , Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350 . The molecular weight category shall be extra high (250 ,000 to 1012310s ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth an the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3 . b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing sha!l ha-.;e been performed in accordance with ASTM D2837. c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure ta meet any of the requirefl'.lents of this specification. C. SEWER SERVICE CONNECTIONS: 1. 2. 10/23108 Sewer Service Connections: Sewer service connections shall be connected ta the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners , neoprene gasket and backup plate . Mechanical saddles shall be Strap-an-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrafusion branch saddles as manufactured by Central Plastics Company, or approved equal. ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics , Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.1 o feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours. D. PREPARATION: 10123/08 1. Bypassing Sewage : 2. 3. a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. b. The Contractor shall be responsible far continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims . Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer {heavy solids, dropped joints, protruding service taps or collapsed pipe} which will prevent completion of the pipe bur~ting/cr11shing process. and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. Sags in Sewer Line : ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag . A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, dig.ging a sag elimination pit and bringing the bottom of the pipe ASC-12 PART DA ... ADDITIONAL SPECIAL CONDITIONS trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flaw. If available, the Contractor shall be furnished television tapes from the City identifying the sag location . Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the City for review . b. Correction of Sags: Sags shall be corrected by open cut <;lnd by adding additional bedding material to bring the sag back ta grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe enlargement. In in~ta~~es where sags are located under existing structures, the existing sewer Une may be relocated using open cut or boring methods. The City shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work. c. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods , open-cut or bore construction, the applicable bid prices in the proposal section shall apply. 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television . Television inspection shall be in accordancP, with the specifications contained herewith for "Pre-and . Post- Construction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and D-38, respectively . E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 10123/08 1. Site Organization: a . b. C. Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized . Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. Equ ipment used to perform the work shall be located away from buildings so as not ta create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. ASC-13 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM, so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11 :00 AM ; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual pipebursting may continue after 6:00 PM . 2. Finished . Pipe : The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration ; pitting, varying wall thickness , pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling , which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut oufln a shape and manner approved hy the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing : a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground . Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with pr ior experience in fusing po lyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth , un iform , double rolled back bead made while applying the proper melt. pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion . The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c . For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible ta pull the missle all the way through , the fallowing shall apply : At the direction of the Engineer, a 12 "-181' full circle steel clamp shall be utilized ta connect segments. of the HDPE pipe . 4 . New Pipe Installation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated . Keep lines away from pedestrian and vehicular traffic. ASC-14 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required . Pull winch chain through sewer · section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align . Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes : a. After the new pipe has been installed in the entire length of the sewer section , anchor the pipe at manholes . The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation . Provide a fl ~~!~!e gasket connector in the manhole wall at the end of the new pipe, centerad in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. 6. Field Testing : a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connectecl ~o the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold aga inst the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug , one for reading the air pressure in the sealed line , and one for introducing air into the sealed line. Low pressure air shall then be introduced · into the sealed line until the internal air pressure reaches 4.C pslg greater than the average back pressure resulting from any ground water that may be over the pipe . At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the ave rage back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown far a given pipe diameter in the following table : Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) 8 4 10 5 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 12 15 6 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes . Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed . 2. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed . Payment shall include required excavation and backfill, saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately . 3 . Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines. 4. By-pass Pumping : The Contractor shall provide diversion far the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed . 6. Testing : All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation . DA-4 FOLD AND FORM PIPE A. GENERAL: 1. Description: The Contractor shall utilize the installation of polyethylene or PVC sewer lines to restore the watertight condition of sanitary sewer lines . B. MATERIALS : 1012310a ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Polyethylene Liner Material: The polyethylene liner material shall be a high density · polyethylene pipe compound which conforms to ASTM D-1248. The polyethylene pipe liner shall meet manufacturer's standards. The lining shall be a hard impermeable pipe which shall conform to the minimum structural standards · applicable, including ASTM D-368 for 3,300 psi tensile stress. ASTM D-638 for 4,500 psi for flexural stress, and ASTM D-790 for 145,000 psi for modules of elasticity. The finished liner shall incorporate materials which will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards . The liner shall be light in color to facilitate closed circuit television inspection . 2. Polyvinyl Chloride (PVC) Liner Material: Polyvinyl pipe shall conform to ASTM D3034 . The PVC compound used for the folded pipe shall conform to ASTM D1784 classification 12334-B, 123440 or 12454B or C. Compounds that have different cell classifications which are superior to those of the specified compounds are also acceptable . The lining shall conform to the minimum structural standards applicable including ASTM D-790 fc~ 6,000 psi flexural stress and 350,CCC µai modulus of elasticity. 3. Sizing of the Liner. The liner diameter, length and wall thickness shall be appropriate for each designated location. The Contractor shall verify the actual · sewer lengths and diameters in the field prior to cutting the !iner to length and sizing the diameter. a. The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the sewer to be lined. Allowance for circumferential stretching of the liner during insertion shall be made as per manufacturer's standards. b. The length of liner shall be that deemed necessary by the Contractor ta effectively carry out the insertion and seal the liner at the inlet a~c! outlet points. When reformed , the hardened liner should extend from end to end of the sewer segment being lined in a continuous tight fitting watertight pipe-within-a-pipe. c. The wall thickness of the folded pipe liner shall conform ta the design criteria of the manufacturer or the licensee; however, the minimum wall thickness shall conform to the fallowing table: Existing Pipe LD. Minimum Wall (inches) Thickness (inches) 6 0.236 8 0.265 10 0.331 12 0.392 C. EXECUTION : 10123/oa ASC-17 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. General: Liner installation shall be accomplished by pulling the liner through the existing sanitary sewer pipeline utilizing a power winch and steel cable with an appropriate pulling head at the end of the liner. Rounding of the liner shall be accomplished by utilizing a heat source such as water or steam with a rounding device to reform the folded pipe into a hard, impermeable round pipe. 2. Preliminary Cleaning and Inspection: a. Prior to any lining of designated sanitary sewer line segments, the Contractor shall remove internal deposits as necessary to assure proper liner installation. b. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures , which may prevent proper installation of lining materials into the pipelines and location of service laterals. c. It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, dropped joints, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these ·specifications that cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction. 3. Documentation: Special Conditions for Pre-and Post-Construction Television inspection apply, items D-35 and D-38, respecti.vely. 4. Flow Bypassing: The Contractor, when required , shall provide for the transfer of flow around the section or sections of pipe that are to be lined . The bypass shall be made by diversion of the flow at an existing upstream access point and p~mping the flow Into a downstream access point or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow . The proposed bypassing system shall be approved in advance by the Owner. All costs of flow bypassing shall be considered incidental to cost of rehabilitating the pipe. 5. Notification of the Public: The Contractor shall notify all Property Owners affected by the liner installation work at least 48 hours prior to commencement of the work which will temporarily plug the sanitary services of the Property Owners connected to the sewer line segment being lined. Notification shall be by written notice and, when possible, shall be verbal, also . Customer complaints during installation shall be resolved by the Contractor. 6. Liner Installation: a. The liner shall be inserted into the existing sewer line with a power winch and steel cable connected to the end of the liner by use of an appropriate pulling head. A second pulling head may be attached to the other end of ASC-18 -, 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. C. d. e. f. the liner for attachment of a tag line to pull the liner back out of the sewer line , if necessary. Precautions should be taken during insertion to protect the liner pipes to prevent scoring the outside of the liner as it is being pulled into the sewer. Prior to reforming the liner, "0" Ring gaskets shall be installed on the liner at each manhole connection. After insertion is completed , the installer shall supply a . suitable heat/pressure source and water recirculation equipment. The equipment shall be capable of delivering water/pressure throughout the section to uniformly raise the water temperature above the temperature required to reform the liner. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. The installer shall cool the liner to a temperature below 10'} F before relieving the reforming pressure. Coal down may be accomplished by the introduction of cool water or other approved method into the recirculation network. The finished lining shall be continuous over the entire le11gth of an insertion run and be free from visual defects such as foreign inclusions and pinholes. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe. Any defects which will affect, in the foreseeable future, or warranty period, the integrity or strength of the linings , shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the Contractor. 7. Completion of Lining: a. b. After the liner has been reformed , the Contractor shall reconnect the existing active service connections. This shall be done from the interior of the pipeline by means of a television camera and a cutting device that re- establishes their operability or by excavation . Any bypass pumping that is required shall be provided at ·no additional cost for sewer lines where lining is being performed . Service interruptions to any homes tributary to this sewer line shall not exceed 18 hours . Connection of the service lateral by excavation shall be made with a Neoprene Gasket Sadd le which inserts into the lined pipe for a watertight fit. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in acco rdance with these specifications . Excavation pits for externally reinstated service laterals shall remain open for 24 hours after reinstatement of the service . The Contractor shall be responsible for verifying that shrinkage of the polyethylene sewer liner has not occurred . ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS c. The water tightness of the liner shall be gauged while the liner is curing, and under a positive head. After the work is completed, the Contractor will provide the Owner with a video tape showing both the before lined and after lined conditions , including the restored connections. Upon completion of the installation work after requi red testing indicates the lining is acceptable, the Contractor shall reinstate the project area affected by his operations and perform any surface restoration in accordance with these Specifications. 8. Special Notes: The installer shall be liable for damages to the homes or basement from · backups wh ich may result during the installation of the liner. Installer will be allowed to open clean outs. D. MEASUREMENT AND PAYMENT: .. 2. 3 . 4 . 5 . 6. 10/23108 Liner Installation: Liner installati~~ ·:~:!! be measured for payment by the linear foot of liner actually installed in the varioi.ia diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed . Service Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials, and the lateral connection , including all necessary pipe and fittings to connect the existing service line. Payment shall not include pavement replacement, which if required, shall be paid separately. Television Inspection and Cleaning : Special Conditions for Pre-and Post- Construction Television Inspection apply , Part D -Special Conditions D-35 and D- 38 , respectively . Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Cleaning and Television Inspection of Sanitary Sewer Lines. By-Pass Pumping : The Cont!'~ctc r ~hall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item . Point Repairs : Paint repairs shall. be made before or after li ne r installation at the Contractor's option . Point repairs are available fo r payment only if mutually ag reed by the City and the Contractor prior to acceptance of the line far reconstruction . Before any excavation is done for ·any purpose, it will be the responsibility of the Contractor to check with various util ity companies and determine the location of the ir facilities . Po int repairs shall be measured and pa id for by the linear foot far ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS the appropriate depth of cut. Payment shall include all labor, materials, and equipment for pipe replacement according to FWWD standards. 7. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc., shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary ta the cost of the project and no additional payment will be allowed . DA-5 SLIPLINING (OMIT) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. ? 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: 10123/08 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.10 and the following : 2. 3. 4. a. Field Strength: 35,000 psi minimum . b. Wall thickness: 0 .312 in . minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1 .1 . Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans . 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 ta 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 10/23/08 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation · of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained , until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted ~~curely and braced in a manner to p!"e'!ent 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 . b. C. 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 approxirPate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the tap of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation wit! "le perm ltted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted . 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 hale , and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. Allowable variation from the line and grade shall be as specified under paragraph A2. All voids between bore and outside of casing shall be pressure grouted . ASC-22 10123108 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 far 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 m:..:~h water is forced into the casing so as not to float the pipe. The backfill rr,ate.ial 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 ~s required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated an the drawings, the contractor shall provide a ".?~sing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bare 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 ·.vithcut 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 mare 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 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS of Texas . Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method . b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. c . Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size; and class of pipe specified as shown on plans. The furnishing of .all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to comph~~e the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shal_hconform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications far Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company. Advanced Products and Systems, Inc .. or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 11 O of the General Contract Documents. 3. PAYMENT: 10123/08 ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. · GENERAL: The work covered by this item consists of furnishing all labor, material. equipment, supervision, etc. necessary to construct a point repair an the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work. A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction . The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS : The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Hell Plastic Pipe Association . The me,hod of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 1. 2. 3. 4 . 5 . 10/23/08 After the location of the paint repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for ad1i~ional replacement to City and obta in approval before proceeding. The Contractor shall excavate , shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade . Numerous service line point repairs along with lateral !ine point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks , driveways, etc . Items removed or disturbed shall replaced or restored to original conditions or better. Removal of Debris: Excess excavated material and debris are ta be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". Roof and Yard Drains : At the locations indicated in Table of the Attachments . The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains , the Contractor shall excavate and remove the drain ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS from the yard and plug the line at the property line. For roof drains , the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition , the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion . 6. Disconnected Serv ice Lines : At the locations indicated in Table_ of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line . 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of paint repair. Backfill the excavation , replace pavement or sidewalk and repair and seed or sod unpaved areas . 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber. a. Genera l This speci al cond ition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair · plans . Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation , other than what'is required to expose the top of the cleanout so that the new caps can be installed. b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg . Company , or equ al. The rubber caps are held down by stainless steel clamps . c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed . 2} The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Cont racto r shall restore any disturbed surface to its original or better condition at no separate pay . 1012310s ASC-26 _, PART DA -ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT: 1. Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, 0-28, "Sanitary Sewer Services". 2. Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. 3. All pipe fittings, adapters, concrete collars , bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. · 3. If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall t,,;; considered incidental to the service line point repair. 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3 '-0". 6. All excavation , backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removal of yard drains , disconnecting roof drains and plugging disconnected service lines. 7. No separate payment will be made for the Contractor to obtain written permission to enter private property. 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs . 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. 10/23108 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 Manufacture rs recommendations and specifications . ASC-27 PART DA~ ADDITIONAL SPECIAL CONDITIONS 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. Manuf acturer'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. Scope: This section governs the materials required for completion of protective coating of designated structures. 2 . Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lin ing 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 envi ronment. The spray system shall exhibit the minin 1u iY1 physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM 0-638 ASTM D-790 ASTM D-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 toxi c 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 prov ide appropriate protective measures to ensure that materia ls are under control at all times and . are not available to unauthorized personnel or animals. A.II equipment shall be subj ect to the app roval of the Engineer. Only personnel thoroughly familia r with the handling of the coating material shall perfo r m the .spray coating operations and coating installations. C . EXECUTION : 1012310a ASC-28 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step hales, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top ~~ the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 4. 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 ta 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. 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 . ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment and material testing required to complete the work. Pressure grouting , if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough , and tower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope . This section covers the rehabilitation of sanitary sewer manholes .and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications . The rehabilitation requirements for each manhole are listed in the Manhc~2 Rehabilitation Schedule in the spe::fa;~t:ons . Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. · 2 . General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades a!"d warning signs to protect his workers, inspectors , and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing . Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines . 3. Submlttals : a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications . Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures . Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months . 1012310s ASC-30 B. PART DA -ADDITIONAL SPECIAL CONDITIONS c. Work Schedule . Prior to beginning work on bench and invert replacements , complete manhole replacements, or construction of new ma intenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions . Contractor shall maintain wastewater flow at all times . 4. Quality Assurance . Contractor will be responsible _ for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing . Owner may, at his discretion , perform quality control tests on materials during and after their i ncorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for qual ity assurance testing will be subsidiary to the Work. 5 . Delivery , Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in acr.nrdance to the manufacturer's recommendations and all local, state, and federal regu!f!t lons . 6 . Testing . All rehabilitated manholes shall be tested in accordance with Section D-63. MATERIALS 1. Cleaners : 2. 3 . Water Cleaners Wall, Bench, Trough, Grouting, and Pi pe Seal Repair Hydraulic Cement Qu ick-setting Mortar Urethane Gel Grout Cementitious Grout Material A cti vated Oakum Clean and free from deleterious substances : Detergent, muriatic acid or approved equal. Strong-Seal Plug , Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR , Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp . "Aquatapoxy" or approved equa l. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete External Manhole Coating Coal Tar Material in accordance with City of Fort Worth Water Department General Contract Documents . Tnemec "46 -450 Heavy Tnemecol ", Kop Coat "B itumastic Black Solution", or 10123/08 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. 5 . 6. 7. 8. Internal Manhole Coatings Non-cementitious Cementitious Frames, Covers, and Inserts Manhole Frames and Covers Watertight Manhole Frames and Covers Manhole Insert-Polyethylene Manhole Insert -Stainless Steel Fiberglass Manhole Liner PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor approved equal. Sprayroq "Spray Wall" or Raven 405 . Standard Cement Materials "Reliner MSP" or Quadex "QM-1s". McKinley '1Type N with indented top", Neenah "R 1726A", or app'roved equal. Neenah "R1915-E, Type L" or approved equal. Corrosion-proof high density polyethylene, 1/8" thick in accordance w:th Fort Worth Water Department General Standards E 100- 4 . Southwestern Packing & Seals , Inc., "T etherlok". Material in accordance with Section DA-15 of these specifications. Material in accordance with Section DA-16 of these specifications . Single-piece, precast concrete, ASTM C478, 2" min . thickness. RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2 ,6 -dichlorobensonitrile, or approved equal. C. EXECUTION 1. Inspection . Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual cond itions are in conflict with Manhole Rehabilitation Schedule . After City Engineer revises schedule, Contractor shall commence with Work . 2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the follow ing repair methods. The requirements for each repa ir shall be completed as described in this section and as indicated on the Manhole Rehabil itation Details in the specifications . 10/23108 a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas : Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 ASC-32 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 2) 3) 4) 5) 6) 7) inches below the top of the structurally sound structure , keeping trench sides as vertical as possible . Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure , keeping trench sides as vertical as possible . Limit excavation to a 6-foot by 6-foot working area . Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications. If grade rings are broken, deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also , if manhole contains brick grade adjustments on top of concrete corbel or chimney , Contractor shall replace the brick grade adjustments with precast concrete rings in accordance with manhole grade ring replacements. Clean exposed interio; a:-:d exterior surfaces of the existing chimney and inspect for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris. Bitumastic gasket material (minimum Yi inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims , wood , stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/?) ini:h above the surrounding ground . Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations . · In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame . \ ASC-33 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 8) The exposed, exterior surfaces of manhole corbel , chimney , and frame shall be wire brushed and coated with two coats of coal tar, 14 mils OFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas , backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule. Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition, thickness , etc., to existing pavement and/or as detailed in the Tr?.n sportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5 . Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused. The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated. All scale, dirt , and debris shall be removed from the existing casting with a wire brush . a. Grade Adjustment -All Work shall be done in. accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame . If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings . 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : a) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's Representative . The remaining structure shall be capable of supporting the newly constructed portions of the manhole. ASC-34 _, 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b) Excavate the work area to expose .the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure . c) Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Perform reconstruction in accordance with the Partial Manhole Replacement Detail. d) Seal manhole joints in accordance with Section D-27 . e) Precast corbel, or barrel sections may be used as necessary. The diameter of the precast sections shall be consistent with the existing · remaining structure . Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the · underside of the prnp0sed flattop to the manhole invert is less than 4 % feet, tr.a ~anhole shall be completely replaced. f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adj~stments. g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines . 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion .of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS 2) Install new bench and trough with Class A concrete in accordance with repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they ex_it. The bench and invert shall form a watertight seal with the manhole wall , pipe , and bench/trough area . 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches. g . Removal of Existing Manhole -Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) Completely remove the existing manhole structure . 2) Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings . 3) Contractor shall maintain existing wastewater flows at all times . Contractor shall submit a plan for maintain ing wastewater flows to the Engineer prior to beginning work. i. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) All work shall be done in accordance with Section DA-19 of these specifications . 2) Remove all foreign materials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protruding brick, mortar and concrete . Stop active leaks using products specifically fo r that purpose . 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe . 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe . Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch . Clean all grout from interior of manhole . j . Manhole Step Removal -Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail. k . Patch Holes -Clean and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraul ic cement in accordance with repair Patch Holes Detail. 1012310a ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as · specified in Fort Worth Water Department Standard E100-4 . m . Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop . Provide additional holes near observed defects, if necessary . Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose . Injection pressure shall not cause damage to the manhole structure or surrounding surface features . Grouting from the ground surface will not be allowed . Grout travel shall be verified by observation of grout at defects or adjacent injection holes . Provide additional injection holes , if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed , cleaned , filled with a non-shrink grout , and finished smooth. n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18. o . PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified in Section DA-19 . p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This jtem shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet) of pipe . This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size . This pipe shall be connected to the exist ing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made· using flexible gaskets meeting the requirements of ASTM C-923 , grouted into the manhole wall using non -shrink grout. Embedment material shall be installed around the pipe up to the pipe springline . Backfill material conforming to City specifications shall be placed and compacted as required . This item shall include surface restoration and permanent pavement repair. q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pump ing necessary to complete any manhole replacement or rehabilitation work . D . MEASUREMENT AND PAYMENT 1, Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment , backfill , and demolition and disposal of waste materials . 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings 1012310a ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS installed. The Contract unit price shall be full payment for the new grade rings. All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings . 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, and demolition and disposal of waste materials . 4. Non-Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required. The Contract unit pri~e shall be full payment for excavation, sealing materials, installation of !;jrad~ rings, sealing, minor grade adjustment, backfill, surface restoration, and demolition and disposal of waste materials. 5. Interior Manhole Coating : Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation , interior coating of the corbel, wall and bench, and cleanup . 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals , bench and trough and lower portion of the manhole were grouted . The Contract unit price shall be full payment for the preliminary repairs , reh~hilitating the pipe seals, grout material, installation of the grout materials and cleanup. 7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced . The Contract unit price shall be full payment for materials, installation of materials, .and demolition and disposal of waste materials. 9. Patch Holes : Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup . This item fs allowed for payment only when it is included in the Manhole Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not a pay item . 1012 310a ASC-38 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 10. Manhole Step Removal : Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed . The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications . This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13. Concrete Manhole Collars : a. Paved Areas . Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract u.nit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials . Payment shall not include pavement replacement, which if required, shall be paid S!3parately . b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for labor, materials , excavation, disposal of waste materials, and surface restoration . 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manho!e . Ths Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop , corbel or wall sections , sealing , backfilling, and unpaved surface restoration. Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection : Payment shall be made as indicated in Measurement and Payment , Section DA-9 in these specifications . 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material , labor and cleanup required to complete each joint grouting. 17 . Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications . ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS 18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19 . Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced . The Contract unit price shall be payment in full for all labor, material, and cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices . 21. Bypass Pumping: All bypass pumping shall be a subsidiary obligat ion of the Contrac!-:-r. All costs for bypass pumping sh~!! ~e included in the Contract unit price for the items requiring bypass pumping . DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: 1. 2. 3. 4. 5. 10/23108 Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system . All concrete that is not sound or has been dcJ!'!aged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. All contaminates including but not limited to: oils, grease, waxes , form release , curing compounds , efflorescence, sealers, se:!~s . ir.cc:npatible existing coatings, and all othei contaminants shall be removed . Surfaces to receive protective coating shall be cleaned and abraded ta produce a sound concrete/brick surface with adequate profile and porosity to provide a strong band between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. Detergent water cleaning , muriatic acid , and hot water blasting shall be used, if necessary, to remove dirt , ails, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half {1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation . Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20 -PRESSURE GROUTING . 3 . Bench area shall be built up if required to provide a un iform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used . 4. Afte;-all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation . D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repai r mortar and protective coating . E. MEASURF:MENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary ta the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMIT) DA-13 INTERIC-R MANHOLE COATING -QUADEX SYSTEM (OMIT) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A . GENERAL 10/23108 1. Scope This section governs all work , materials and testing required far the application of interior manhole coat ing.. Manholes designated for interior coating are listed an the Manhole Rehabilitation Schedule . Interior manhole coating shall meet the requi rements of this Section or of Section DA-12 , DA-13, DA-15 , DA-16 or DA-17 . ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) spraye~ or trowelled on coating over the orig!!'?~! interior surface. . B. MATERIALS 10123/08 1. Scope This section · governs the materials required for completion of interior coating of manholes. 2 . Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner 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 ta a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 ASC-42 Lang Term Value 5,000 psi 10,000 psi 550,000 psi PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Mixing and Handling Mixing and handling of specialty cement material and 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 ta 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 10123108 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole repl~t?~ment when required for the manhole per the Manhole Rehabilitation Schedule, is ccmp!ete. 2. Temperature Normal interior coating operation shall be performed at temp~ratures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) 4) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. Place covers over the invert to prevent extraneous material from entering the sewers. Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils {0 .125 inches). Thickness to be verifiable through the use of methods acceptable ta the Engineer. ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Sr:::-h~dule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 10/23/08 1. Scope This section governs all work, materials and testing required far the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section L Interior manhole coating shall meet the requirements of this Section , or of Section DA-12, OA-13, DA-14, 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) specialty cement-based coating material {Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. ASC-44 .... PART DA -ADDITIONAL SPECIAL CONDITIONS B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend ·the choice of grouting materials based on chemical and physical .properties, ease of application, and expected performance . These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shc;ill be in accordance with the recommendations of the manufact'..l~er and in such a · manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 10/23108 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2, Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours, ASC-45 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Interior Manhole Coating a. Manholes scheduled fo r 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, includ ing 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 ta 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 sh all have a minimum of t hree (3) hours cu re time or be set hard to the touch , before being subjected to active flaw. 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 repai red . 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 recommendat ions. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repai r these areas as required , at no additional cast to the Owner. ASC-46 _, _, PART DA -ADDITIONAL SPECIAL CONDITIONS b. Testing of rehabilitated manholes fa r 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 (OMIT) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT) DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT) DA-20 PRESSURE GROUTING A. GENERAL 1. Scope. This . Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule . 2 . Description,. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required fa r the completion of pressure grouting of manhole defects in accordance with the Contract Documents . 3. Manufacturer's Recommendations . Materials , additives , mixture ratios , and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations . 4 . Manholes. Manholes to be grouted are of brick, concrete , or fiberglass construction. A. MATERIALS 1012 3/08 1. Grouting Materials: a. Urethane Ge l Grout: Urethane gel grout , such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polyme r. The chemical shall be mixed within the range of from 8 to 10 parts. of water and shall contain a re inf arcing agent supplied by the same manufacturer. The material shall gel and cure to a t ough flexible elastomeric condition . When wet. the gel shall exhib it strength properties of at least 25 psi tensile at 150 percent elongation , The material shall not change in linear dimension more than e ight percent when subjected to wet and dry cycles . ASC-47 1. 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid , any wastage of the material flowing through the defects, a gel control agent may be added. The following properties shall be exhibited by the grout: 1) Documented service of satisfactory performance in similar usage. 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 chemicai shall be essentially non-toxic in a cured form. 6} Sealing material shall not be rigid or · brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions . 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturers 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 ~~~ge, 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 . b. A filler mat~;-ial su~h as Celite 292 (diatomaceous earth} from Johns Mansville or equivalent shall be utilized . The addition of the filler material shall not exceeti the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations . Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ta 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. 5. a. Seal all unsealed lifting hales, 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 w ith manufacturer's specifications. b. Cut and trim all roots within the manhole. Tempe rature.:. 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 j oints, 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 : Drilling and Inj ecti on : ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 hales, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick set::19 mortar for brick and concrete manh~!~~. 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, ~nd grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabllitated as indicated on the Manhole Rehabilitation Schedule. T~c Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT) A. GENERAL Scape . This section describes manhole testing to effectively confirm the watertight integrity of existing manholes fallowing structural ,infiltration and inflow related repairs and that the appearanc.e of the work is acceptable. Description : Infiltration may be observed in manhole defects at manhole walls , pipe seals or bench/trough areas . Infiltration related repa irs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, cavers, frame seals , grade adjustments, grade adjustment seals , corbels , or walls. Inflow related repairs are intended to eliminate sources of surface water ent ry that become active during ra infall events . 1012 3/08 ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS Structural repairs may be required when making 1/1 related manhole repairs . Structural repairs may include defects in any manhole components but not displaying 1/1. Testing , Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs . The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the . satisfaction of the City at n0 ~dditional cost to the City. B. MATERIALS-Notspecified. C. EXECUTION Infiltration Testing~ All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration . Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place . Drop-connections and gas sealing connections shall be installed prior to testing . The lines entering the manhole shall be te~porarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturers recommendations. A vacuum of 10 inches of mercury shall be drawn , and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required ,test time . If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have ~;:-.ss6d the vacuum test After a successful test, the temporary plugs will be removed . The required test time is determined from Table I. 10/23108 Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 (1 O"H 9 -9 .. H9 ) (SEC} DEPTH OF M.H . (FT.) 8 10 12 48-lnch Dia. Manhole 20 sec . 25 sec . 30 sec . ASC-51 60-1 nch Dia. Manhole 26sec. 33 sec . 39 sec . 72~1nch Dia . Manhole 33 sec. 41 sec. 49 sec . PART DA -ADDITIONAL SPECIAL CONDITIONS 14 35 sec. 45 sec. 57 sec. 16 40sec. 52 sec. 67 sec. 18 45sec. 59 sec. 73sec. ** T=5 sec. T=6.5 sec.· T=8sec. **For all Manholes over 18 feet in depth, add "r' seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75 .0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized bv the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. Inflow Testing : All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes . Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensat:on. Other Testing : One (1) rehabilitated manhole will be randomly selected for further testing . A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done to evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall conform to ASTM C 495 and C I 09 and shall meet or exceed a minimum 28-day break of 4 ,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond .Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. 10/23108 ASC-52 PART DA -ADDITIONAL SPECIAL CONDITIONS If the manhole tested fails to pass any of these requirements , another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three {3) years from the date of final acceptance of the project D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is vi~ually acceptable . Payment shall be full compencation for all labor and materials necessary to complete each test No payment will be made for additional vacuum tests or any dyed water testing . Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed . DA-22 FIBERGLASS MANHOLES (OMIT} DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMIT} DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMIT} DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMIT} DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMIT} DA-27 GRADED CRUSHED STONES (OMIT} DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMIT) DA-29 BUTT JOINTS -MILLED (OMIT) 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 Coae , 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 temperatu re 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 Eng ineer. 10123/08 ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approva l 48 hours prior to placing the H.M.AC. 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, a,,d 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 subsid iary 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 far 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 addit ional cost. See Item 314" Concrete Pavement". Asphalt base material may be requ ired at times as directed by the Er.gineer 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 complet e 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 (OMIT) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMIT) DA-34 8" PAVEMENT PULVERIZATION (OMIT) 10123/08 ASC-54 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMIT) DA-36 RAISED PAVEMENT MARKERS (OMIT) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 10/23/08 Where known by the design engineer, the locations of potentially petroleum contaminated material (soil} that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not. these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils}. 1. WORK INCLUDED a. Excavation , stockpiling and testing c~ ~otentially Petroleum Contaminated r11ioi.1::1i al. b. Removal, testing, and disposal of petroleum contaminated g roundwater. 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 ta beginning work in areas of Potentially Petroleum Contam inated 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 reg.ulatory requirements . d. All applicable City of Fort Worth (City) regulatory requirements . e . All applicable NIOSH standards . ... f. All applicable TNRCC requirements. 3. SU BM ITT ALS a . The contra ctor shall prepare and subm it to the City's Department of Environmental Management. Sen ior Specialist in Compliance, plans far handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days pr ior to commencing excavation . ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. C;:;.iitractor shall submit actual limits of PPCM excavation, as prepared by his quaiifled 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 af PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EX=CUTION: 10123/08 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. ::. I~ ~mas 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. ASC-56 .... 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS c. The Contractor shall have retained the services of an environmental consultant who · shall be present at the site to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PIO or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fart Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City . The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City an~ 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 s ite: · 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered , as necessary, to prevent release of contaminated materials due to rain or wind. 4 . Sampling and evaluation of materials will be performed at the Contractor's expense . (The City of Fort Worth will provide laboratory s.ervices) b . PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene , Ethylbenzene and Xylene (BTEX} (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d . Contaminated soil identified by test results will be disposed of according to DA-36. Loading , Transportation, and Disposal of Contaminated Sail. ASC-57 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material , if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled , tested, and discharged in accordance with the TNRCC 's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction. PPCW shall , if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters . Contractor shall have his testing laboratory determine that the oil/water separator treated discharg.e 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 Oepartment of Transportation rules and regulations for f!?.!'nmable 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 shoulq have an alarm . that sounds if 20 percent L.EL is reached. Monitoring data froin the GCI should be recorded periodically to determine if ventil.ation or other methods are effective. In the event local health and safety agencies require more stringent monitoring , the local regulations must be implemented . ASC-58 _, PART DA -ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and. incidental to this section . will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed . This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material , than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shali 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 th.at 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 manifestdiscrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment C. MEASUREMENT AND PAYMENT: 10123/08 Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded , transported and disposed of in an approved special disposal site . No separate payment will be made for loading , transportation and disposal of contaminated ground waters collected ; these costs considered subsidiary to DA-37, POTENTIALLY ASC-59 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. Contract9r shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (OMIT) DA-40 CONCRETE RIPRAP (OMIT) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMIT) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) DA-43 UNCLASSIFIED STREET EXCAVATION (OMIT) DA-44 6" PERFORATED PIPE SUBDKAIN (OMIT) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMIT) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to prevent undue disruptions to existing sanitary sewer service, it ls recommended that the proposed sanitary sewer improvements be conducted in the following sequence: 1. Line "B" 2. Line "D" 3 . Line "C" 4. Main 14 5. line "E" 6. Une "F" 7. Line "G" After the work start date has been established, the selected contractor shall be required to submit the beg inning 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 (OMIT) DA-48 EASEMENTS AND PERMITS (OMIT) 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 con struction starts. No wo rk 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 impase-d on these easements and permits. 1012310s ASC-60 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 (OMIT) DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform ta SAN-020; for water line encasements it shall conform to WTR-019 of the Standard Details in 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 formi ~ij. µiacing, 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 (OMIT) DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT) DA-54 WATER SAMP-LE STATION (OMIT) DA-55 CURB ON CONCRETF?AVElviENT (OMIT) DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts , manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of 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 1012310a ASC-61 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 subm ittals 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 jab 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 in itial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable fo r 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 farm., 2. Shop drawings shall be submitted for the following items prior to ins~:1!latlon: List the required submittals here: • Casing pipe • Conflict manhole(s) Additional shop drawing requi rements are described in some of the material specifications . 3. Address for Submittals -The submlttals 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 ta establish a basis upon which partial payments to the Contractor may be authorized , immediately after execution of the contract the Cont ractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications , except as mod ified herein : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP 10123/08 ASC-62 -PART DA -ADDITIONAL SPECIAL CONDITIONS When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the ·. required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR (OMIT) 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 sail. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMIT) DA-63 BID QUANTITIES Bid quantities of the variai...~ items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an «emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given far 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, th1:::it:: 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 Cit{bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT) DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a, flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fart Worth Transportation and Public Works Department DA-66 OPTION TO RENEW (OMIT) DA-67 NON-EXCLUSIVE CONTRACT (OMIT) 10/23108 ASC-63 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-68 CONCRETE VALLEY GUTTER (OMIT) DA-69 TRAFFIC BUTTONS (OMIT) The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally , but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy . The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING (OMIT) DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type .. Ba and "Dn 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 «Ba asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon apprQval 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 rolle r to establish a rolling pattern that will provide the required densities . The required Density for Type "B n and for Type "D " asphalt will be 91 % of the calculated Marshal {p roctor). A Troxler Thin Laye r Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B " and "D" asphalt. Densities on type "B " must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B~ asphalt must be taken before Type "D " asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particula r ASTM, AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification , prior to the date of these general specifications or revis ions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMIT) 10/23/08 ASC-64 _, ,_, .-, ---l PART DA -ADDITIONAL SPECIAL CONDITIONS DA-74 RESILIENT-SEATED GATE VALVES {OMIT) DA-75 EMERGENCY SITUATION, JOB MOVE-IN {OMIT) DA-76 1 %" & 2" COPPER SERVICES {OMIT) DA-77 SCOPE OF WORK (UTIL. CUT) {OMIT) DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) {OMIT) DA-79 CONTRACT TIME {UTIL. CUT) {OMIT) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) {OMIT) DA-81 TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT) (OMIT) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) DA-83 PAVING REPAIR EDGES {UTIL. CUT) {OMIT) DA-84 TRENCH BACKFILL {UTIL. CUT) {OMIT) DA-85 CLEAN-UP (UTIL. CUT) (OMIT) DA-86 PROPERTY ACCESS (UTIL. CUT) {OMIT) DA-87 SUBMISSION OF BIDS {UTIL. CUT) {OMIT) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) {OMIT) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (OMIT) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMIT) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMIT) DA-92 MAINTENANCE BOND {UTIL. CUT) (OMIT) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMIT) .__ DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMIT) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMIT) DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) {OMIT) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIT) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMIT) 10123/oa ASC-65 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMIT) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT} (OMIT} DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT} (OMIT} DA-102 PAYMENT (UTIL. CUT) (OMIT} DA-103 DEHOLES (MISC. EXT.} (OMIT} DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT} DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMIT} DA-106 BID QUANTITIES (MISC. EXT.) (OMIT} DA-107 LIFE OF CONTRACT (MISC. EXT.} (OMIT} DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material ta be removed with hand tools such as picks and shovels. The height of free fall of the ftowable fill shall not exceed four (4) feet. 2. Material Specit1cations: 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 aggre,gates as per City of Ft. Warth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix: concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifi cally designed far flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. 1012310s ASC-66 PART DA -ADDITIONAL SPECIAL CONDITIONS c. High range water reducers conforming to ASTM C-494 Type F or G . d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members . 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIT) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT) DA-113 PROJECT SIGNS (MISC , REPL.) (OMIT) \ DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT) DA-116 FIELD OFFICE (OMIT) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply . DA-118 DA-119 10123/08 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMIT) CATHODIC PROTECTION SYSTEM {OMIT) ASC-67 1 1 J -l i SECTION E SPECIFICATIONS JANUARY 1, 1978 ··:'1···;··._:· . : . . t} ... -··. . . = Ail 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 GP.!'.~!"~! Specifications, together with any additional material specification(s), construction(s) or latJr re·.ision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981 , follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets : 1. Type B Backfill ( c) Maximum plastic index (Pl) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material , meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.1 l Trench Backfill: (Correct minimum compaction requirement wherever it appears , in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). 1 ' 1 l ; . ' \ I HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Con::rete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell , Backhoe , Derrick, Dragr. .. 0 , ::;;1uvel Operator Electrician ~ . FJagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mi xer Operator Motor Grader Operator, Fine Grade Mo tor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pioelaver Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix ~avement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Trav eling Mixer Operator Tru ck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axl e, Semi-Trailer Truck Driver, Transit-Mix Wa i:(on Drill , Boring Machin e, Post Hole Driller Operator Welder Work Zone Barricade Servicer ... $10.06 $13.99 $12.78 $11.01 $ 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 $1 4 .50 $14 .98 $13 .17 $10.04 $11.04 $14.86 $16 .29 $11.07 $10.92 $11.28 $11.42 $12 .3 2 $12 .33 $10.92 $12.60 $12 .91 $12.03 $1 4.93 $11.47 $10.91 $11.75 $12.08 $14 .00 $13 .57 $10 .09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Brlcklaver/Stone Mason Bricklaver/Stone Mason Helper Carpenter Carpenter Helper Concrete FinishP.r Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper 'I Floor Laver (Resilient) Floor Layer Heloer Glazier Glazi er Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pi pefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21.69 Plumbe r $12.00 Plumber Helper $15.24 Rei nforcinl! Steel Setter $19.12 Roofer $10.10 Roofer Helper $16 .23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper S13.49 Sorinkler System Installer $13.12 Sorinkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13 .00 $18.00 $13.00 $14.78 $11.25 $10.27 $13 .18 $16 .10 $14.83 $8 .00 $18.85 $12.83 $17 .25 $12 .25 Hrly Rate $20.43 $14.90 $10.00 $14.00 $10.00 $16.96 $12.31 $18.00 $9 .00 $17.43 $20 .50 $17.76 $12.63 $10.50 $14.91 $16.06 $9.75 . ' Compliance with and Enforcement of Prevailing Wage Laws (a) 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 . (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage ratP-s stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. ( c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 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. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023 , Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in 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. ( e) Records to be Maintained. The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) 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. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. 11~~~=:.:=t=::;;::;· ======t 2.AN°t 'REM!fNING•fi'AV.e'Mef:lta~ER $fQT:'·R;P~JRSJMlil.~r·~~-~if;Afr-tt~\1Mi QJ:,~ IN,,Att· OIREC1iiQN$,. . --_, .. ~ .. $'~(N. ' ., ·•. / 2& / . .:,.;.~I ~· __ _.... ____ ........ ~...,,__---... ·~·:,.... "..,· ·-· ...... ,;.,;· . .,._ ........ ..,._....,.,. ....... ---'.._ ______ A$PHAl;.T .n·~~o~~o~~ ~'.~~(oir.e Z;li~t~J . Oe©Rtt .. MBEHM:~rrsa • t~sf~l~ n1t{~~t(i't{d·~W;' ... _ .... APPRO.N®· ' W~9 , .M.~~~~·. maaet i6R0 T?.W ' {· l ··2· ·a··.,, .. · ) I t MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-0 09 WITH "SEWER" CAST IN LID . 2 COATS OF BITUMASTIC COATING JOINTS RECOATED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL . (REF. E2-14) REFER TO SAN-009 :·_,;.._ /_ .. ;·· 0-RING GASKETS © JOINTS (TYP .) * * VARIES WITH PIPE DIA. r + l SECTION A-A A GROUT A ' z co -2 USE 4000 PSI CONCRETE E1-14 MATERIAL E2-14 CONSTRUCTION CD 4' DI A. FOR SEWER PIPE UP TO 21 " DIA . 5' DIA . FOR SEWER PIPE 24" TO 3 6 " DIA . CITY OF FORT WORTH, TEXAS STANDARD4' DIAMETER MANHOLE ··: ... ~· ·. :J\·. SECTION 8-8 DATE: FEB. 2009 SAN-003 USE SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL EZ-14 CONSTRUCTION FORTWORTH ~ MANHOLE FRAME. COVER. GRADE RINGS AND CONCRETE COLLAR PER SAN -009 WITH "SEWER" CAST IN LID . / f-3" APPL Y INTERI OR CORROSION PROTECTION AS REQUIRED . .INSTALL NUTS AWAY FROM M.H. WALL ON M.J. FITTING COR-TEN SOL TS 4'-o" G) IF REQUIRED. PROVIDE STUB EXTENSION AT END OF P.E. IN M.H. WALL SLOPE 1''/1' TYP . ---APPLY 2 COATS OF BITUMASTIC COATING CONCRETE -SEE STANDARD 4' DIA . M.H . DETAIL SAN-003 l\\1------1,-<-,41--VERTICAL TO ~ POINT OF PIPE GROUTED INVERT USE 4000 P SI CONCR ETE CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE G) 4' DIA . FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FO R SEWER PIPE 24" TO 36" DIA. DATE : FEB. 2009 SAN-005 ·' ·' NOTES: A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE. WITH INSTALLATION AS FOLLOWS: 1. PIPE FITTING . 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING . 3 . BREAK OUT TOP OF FITTING TO SPRING LINE . 4 . POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED . 5 . STEEL TROWEL FINISH INVERT OF MANHOLE. 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 SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION. CONCRETE SLAB El-14 MATERIAL E2 -14 CONSTRUCTION FORTWORTH ~ PLAN VIEW SECTION A-A CD WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS JUNCTION MANHOLE BOTTOM DATE : FEB . 2009 SAN-006 NOTES: A . S TANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUN CTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS: 1. PIPE FITTING . 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITIING. 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. STE EL TROWEL FINISH INVERT OF MANHOLE . B. WHEN SPECIAL SITUATIONS PROHIB IT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIM ILA R FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION. CONCRETE SLAB El-14 MATERIAL E2-14 CONSTRUCTION FORTWORTH ~ '--- PLAN VIEW SECTION A-A CD WHEN PIPE SIZES DIFF ER, MATCH THE PIPE CROWNS . CITY OF FORT WORTH , TEXAS JUNCTION MANHOLE BOTTOM DATE : FE B. 2009 SAN-006 -I (/) w ii: <( > DRILLED HOLE (CO RED ) E1-14 MA TER IA L E2 -14 CON ST RU CTI ON 0:: w ~I <( _J 0:: 0 NOTES : MANH OLE FR A ME. COVER, GRADE ~NGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LI D. MAN HOLE FRAME , COVER. GRADE RINGS AND CONCRETE COLLAR PER SA N-009 WITH "SEWER " CAST IN LI D. SEE STANDARD 4' DIA . MANHOLE DETAIL SAN-003 10' MIN. APPLY 2 COATS OF BITUMAS TIC COATING '.:., .. : .. ·~· ' . .:~·? (.:.:, ,,:.: 1. SLOPE OF INTERCONNEC TING PIPE TO BE NOT LESS TH AN 1 % -.· · .. • • ...... 2 . FITTIN G WILL BE DUCTILE IRON W/ MECHA NICAL JOINT 3. IF BEND IS US ED . BEND SHALL NOT EXC EED 2 2 .5" SDR-2 6 FITIING GROUT .... --~--~·:·~:· ; .. .._.;_.. ~·1.· ....... :· :';"·'·.· ...... , _: . . ··.~~:. ;.,.·.::· L ATER A L LI NE S DR-26 BEL L (RAM-NE K AR OUND TAP) I 8" OR LARG ER CI TY OF FORT WORTH. TEXAS OFFSET MANHOLE TO SEWER MAIN LARGER THAN 24" DA T E: FEB. 2009 SAN-007 w a::: 0 a::: OJ w w 1- _J w OJ 2 <( ~ ir 0 <( > VARIABLE DIAMETER BORE TO BE LARGE ENOUGH TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR JAC KED THROUGH. -111-111-111-111-111-111-111 -1 11-111-1 11-1 11-1 11-1 11-11 1-1 11-111-11 · 111=111=111=111=111=111=111=111-111-111-111-111-111-11 1-11 1-111-111 w a::: 0 a::: OJ w w 1- _J w OJ 2 <( ~ ir 0 <( > NOTE : TYPICAL BORED SECTION LONGITUDINAL VIEW PRES SUR E GROUT AS NEEDED 111111~111 1 I ffi~ffi~ffi~ffi~fn~~~ TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW TYPICAL END VIEW PRESSURE GROUT AROUND CASING AND CARR IER PIPE . GROUT SHALL . BE PROPORTIONED AS 1 CU . FT . OF CEMENT, 3 .5 CU . FT . OF CL EAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWIN G THICK SL U RRY. SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL. 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE . 2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J . TYPE SHALL BE USED AND JOINTS BOLTED BEFORE PU LLIN G PIPE INTO PLACE. E1-1 5 MATERIAL E2-15 CONSTRUCTION CITY OF FORT WORTH, TEXAS BORED CROSSING DETAIL DATE: FEB. 2009 SAN-008 COLLAR CONFIGURATI ON FOR PAVED AREA ... COLLAR CONF IGURATION FOR UNPAVED AREA MA NHO LE FRAME AN D 32" DIA . DUC TILE IRON COVER. (REFER TO STD. PR ODU CT LIST) A L 4 0 00 PSI CO NCRETE 8-#4 REBARS TYP . G) 2" x 8" x .30" I.D . CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR . E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION i-----30" CLEAR_--._ OPENING 2 ROWS OF R~M-NEK SEAL w/STAGGERED JOINTS OR APPROVED EQUAL. SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. © HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . ® CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR A j 0 I in CHAMFER (TYP.) CONCRETE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO STD . PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE SPECIFIED ON PLANS. DATE: OCT. 2009 SAN-009 B l PLAN VIEW #3 DOWEL B J SECTION A-A C ITY OF FORT WORTH , TEXAS HYDRAULIC SLIDE SECTION B-B NO TE: DROP TROUGH WI LL BE POURED MONO LI THICA LL Y WITH CAST IN PLACE B ENCH. OR DOWEL ED AND GROU TED TD PRECAST BENCH . DATE : FEB . 200 9 SAN-010 FOR NEW ---,~~"'-'f"'-r. DEVELOPMENT **CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP COLD JOINT REQUIRED STANDARD PARKWAY;.• /FT . CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS . INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL. 2 . CONNECTIONS TO 'rHE 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 . I -12· .. , CAP RISER 1' -"-......_ ....... '"""'.1r-'---=-..._._- 3. SLOPE OF THE SANITARY SEWER SER VICE SHALL BE A MINIMUM OF 2 PERCENT. BELOW GRADE. CONCRETE COLLAR (CAST IRON) .._...-,ii---BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLE ANOU T ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MI X. (PLAN VIEW) MARK w/RED VINYL TAPE, 3" WIDE & 6" ABOVE GROUND CONCRETE ANCHOR FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & As s oc., Information Subject To Change. PESCRIPJ!ON .wEilll:il PART NO. H.D.P.E. Lateral Cleanout w/S.S. Bolts and C.I. Lid. t• SS BOLTS\ 1.5"l ~CAST IRON r-rr------,,n--0 RING H.D.P.E. P.V.C. RISER NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" ST ACK (PVC) SEWER MAIN CAST IRON CLEANOUT LID . SIDEWALK STREET PROPERTY LINE (CURB j H,D.P.E, CLEANOUT BOOT w/CAST IRON LIP FOR NON-PAVED AREAS CITY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FOR NON-PAVED AREAS DATE : 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. FOR NEW t ~if::i DEVELOPMENT CAP RISER 1' -'-""-"'-'""""~1,......1.o""""""--"'....._ DOUBLE BAND STAINLESS STEEL COUPLING 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. 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 ~~~D~A:\. (PLAN VIEW) ABOVE GROUND CONCRETE ANCHOR FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc., Inform ation Subject To Change. DESCRIPTION .'llE1GJ:iI PART NO. Cost 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 SOR-35 OR SDR-26 SERVICE: SLOPE-VARIES 2% MIN . ' SEWER MAIN DRIVEWAY SIDEWALK I CAST IRON / CLEANOUT CURB ~/ DRIVEWAY APPROACH STREET \ PROPERTY LINE \ \ '::r CAST IRON CLEANOUT BOOT FOR PAVED AREAS CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT FOR PAVED AREAS DATE : FEB . 2010 SAN-011A w 0::: _J w ro z <( ::J cc _J <( w > z z ~ TUNNEL LINER (AS INDICATED IN 1 SPECIAL PLANS & DOCUMENTS) \ w Q._ _J 0::: ro w ~ 3:: a: w ~ Cf) ANNULAR SPACE GROUTED CUT AWAY LONGITUDINAL SECTION NOTE: FURNISH & INSTALL GROUT IN RATIO OF 1 CUBIC FOO T OF CEMENT AND 3.5 CUBIC FEET OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. E1-15 MATERIAL E2-15 CONSTRUCTION END VIEW TUNNEL LINER FILL BETWEEN LINER AND SEWER PIPE WITH GROUT SEWER PIPE FURNI SH & INSTALL SKIDS AS NECESSARY. SKIDS SHALL MEET TH E APPROVAL OF THE ENGINEER. CITY OF FORT WORTH, TEXAS TYPICAL TUNNEL SECTION DA TE: FEB. 2009 SAN-018 COMPACTED BENTONITE CLAY OR 2 :27 CONCRETE I· 2· • I EXIS TING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH -~.,_;:-n,~~·~" = PIPE DIA . + 1' FORTWORTH ~ I }RENCH .. I WIDTH TYP ICA L SECTION CITY OF F O RT WO RTH, TEXAS CLAY DAM 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE . DAT E: FEB . 2009 SAN-019 EXISTING _, E1-7 MATERIAL E2-7 CONSTRUCTION FORTWORTH ~ G) 0 BACKFILL AS APPROPRIATE G) 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 , 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 4" MIN . DIMENSION. 4" MAX . FOR PAY PURPOSES WHEN BID PER CUBI C YARD . 0 CLASS 'E' (1500 PSI) CONCRETE . CI TY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE : FEB. 2009 SAN-020 EXI STING SUB GRADE (I F ANY) EXI STIN G CURB & GUTTER EXISTING HMAC PAVEMENT NOTES: TREN CH REPAIR LIMITS ·~!..!ffi--BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE 3) 1. ALL EXISTIN G AS ?HAL T CO UR SE SHALL BE REPLA CED TO THE ORIGI N AL DEPTH . PL AC E ,\ MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MI X) TO M A TCH EXISTING GRADE AS SHOWN . 2 . PLACE A MIN. OF 8" 2 : 27 CONCRETE AS SHOWN . 3 . FLOWABLE F ILL MA Y BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CONSTRUCT/ON MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STAND A RD SPE CIFI CA TI ONS FOR STREET AND STOf :M DRAIN CONSTRUCTION . CITY OF FORT W O RTH, TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR DATE : 10-2007 STR-028 EXISTING CURB & GUTTER TRENCH REPAIR LIMITS EXISTING HMAC DITCH WALL NOTE S: 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM TH ICKNESS 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 ASPH A LT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH E XISTING GRADE AS SHOWN. CLASS 'A' REINFORCED CONCRETE BASE --,---BACKFILL MA TERI AL PER DETAI L WTR-0,249 (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 . FLO WABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPERATE 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 CONS TRUCTION. CI TY OF F ORT WORTH , TE XAS DATE: 10-2007 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 SURFACE COURSE (TYPE "D" MI X) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2 . PLACE COMPACTED FLE X 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 SEPERATE 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 : 10-2007 STR-030 1~ EXISTING SUBGRADE (IF ANY) 5' MIN . DITCH NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB. EXISTING CONCRETE JOINT 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 SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 2 . REINFORCED CONCRE TE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICH EVER IS GREATER. 3. PLACE 6" OF 2 : 27 CONCRETE AS SHOWN . 1" OF REINFORCED CONCRETE MAY B E SUBSTITU TED FOR E VERY 2" OF 2 : 27 CONCRETE . 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARJ OR MATCH EXISTING, WHICHEVER IS GREATER. . 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT · WORTH STANDARD SPECIFICATION S FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS REINFO.RCED CONCRETE PAVEMENT JR ti.CH EPAI EXISTING CURB & GUTTER DATE : 10-2007 STR-031 ,. '• 11 111 111 111 111 1 ---1++-..,.,.+----lYPE "C" BACKFILL MINIMUM 6w INITIAL----==--- SEE SPEC . E1 -2.4 G.C.D. BACKFILL COVER .-"',m=;,!.6!.r---SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1 -2.3 G.C.D. MINIMUM 6" ---+--Ht---· EMBEDMENT WATER: lYPE "C" BACKFILL SEE SPEC. E1 -2.4 G.C.D. FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UY) OR APPROVED EQUAL. CRUSHED STONE MINIMUM 6" --1==1-lt~~~ SEE SPEC. E1 -2.3 EMBEDMENT G.C.D . SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADA~ON SIEVE SIZE RETAINED 1" 0-10 ~" 40-75 %" 55-90 #4 90-100 #B 95 -100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES MATERIAL SPECIFICATIONS NOTE: SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1 -2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DE _PARTMENT PROJECTS (G .C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH , TEXAS DAT E: JUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 2 .25" 2 .25" 2'-7" 8'-o" 2·-10" FORT WORTH PROJECT NAME PROGRAM NAME/ PROJECT#/ AMOUNT 2'-7" This project is managed by the Department Questions on this project, call (817) 392-8306 (.? z ~ w I- I-w _J 0 I 2.5" "'..t After hours water and sewer emergencies, call (817) 392-4477 _____ N __ 2.5" 3" FONTS · FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TE XT -ARIAL LOGO COLORS : FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) \ \ \ \ 7'-6" \ LLwHITE \ \ \ L PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN , 4'x8' Ll;.l)R 3"R (TYP .) 3" DATE: FEB . 2009 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's compensation insurance coverage for all of it's employees employed on City of Fort Worth Sewer Project Number: P258-703170043787 and DOE 6014 . tof\~-h5£r GDV\Sf-CuLb O A_ i1'. i---P By ~ ~±se< -=:Res,·ot~ \ 'Title 11-~-10 Date S'f A 'fE OF 'TEXAS § COUN'fY OF 'f ARRAN'f § the und rsigned authority, on this day personally appeared --'~=---'----'-'""'1-___,,=--'--0=-=---"---'-,..L..>,-'"'-'----' known to me to be the person whose name is subscribed t the foregoing instrument, ~n d acknowledged to me that he/she executed the same as the act and deed of C!__.on.a_::tS~ c~n&\-fuc:h~ V\ for the purposes and consideration therein expressed and in the capacity therein stated . ~~EN UNDER MY HAND AND SEAL OF OFFICE this l~b\Jt:mbe,c , 2010. ~-f:b_ day of ,,,,~~~~y;,,,, BETH J. OWENS !~'::;;AS'!:: Notary Public, State of .Texas = \.~/ = My Comm is sion Expires \:f:~i.;,i_f August 02, 2014 ''''""'''' . 1 1 J J J J J J THE STATE OF TEXAS COUNTY OF TARRANT Bond No: 022028971 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Construction TX, LP., as Principal herein, and (2) Liberty _Mu_t_ua_l_I_n_su_r_an_c_e_C_cmpan_.__Y.__ ________ _, a corporation organized under the laws of the State of (3) _----"'MA==------· and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of ONE MILLION THREE HUNDRED EIGHTY SIX THOUSAND SEVEN HUNDRED EIGHTY THREE · DOLLARS AND ZERO CENTS ($1,386,783.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ day of IJ oV o, zo ID ()20_ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: CLEAR FORK DRAINAGE BASIN SANITARY SEWER REHABILITATION AND IMPROVEMENTS, PART 4 NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. _J _J ~ _J J SIGNED and SEALED this ___ day of /IJOV 0~ Zo/o , 20_. ~ ATTEST: Name: Jerry R. Conatser (Principal) Secretary President of Conatser Title: Manageirent Group, Inc., GP (SE AL) Address: P, o, Box )5448 ~~~ Fort Worth, TX 76119 ATTEST: Secretary (SE AL) Liberty Mutual Insurance Ccxnpany :~~~~ Name: Glenna S. Davis Attorney in Fact Address: 175 Berkeley Street Boston, MA 02117 Witness~o Surety Telephone Number: 972.233.9588 Carolyn Maples 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. ] j j J j J. J J J I ...J I I ...J Bond No: 022028971 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1), CONATSER CONSTRUCTION TX, LP. as Principal herein, and (2) _ Liberty Mutual Insurance Cauwny existing under the laws of the State of(3) __ MA ____ _ a corporation organized and as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION THREE HUNDRED EIGHTY SIX THOUSAND SEVEN HUNDRED EIGHTY THREE DOLLARS AND ZERO CENTS ($1,386 1783.00)for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee . NOV ' f\ '>n4n @ dated the __ day of __ , 20_, which contract is hereby referred to and ~ made a part hereof as if fully and to the same extent as if copied at length, for the following project: CLEAR FORK DRAINAGE BASIN SANITARY SEWER REHABILITATION AND IMPROVEMENTS, PART 4 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. 1 J J J J J J J I I _j NOV o. Q ?n1n ~ SIGNED and SEALED this ___ day of _________ ~ 20~ Conat ser Construction 11.'X, LP ATTEST: (Principal) Secretary Name: Jerry R. Conatser President of Conatser (SE AL) ATTEST: Secretary (SE AL) Carolyn Maples NOTE: (1) (2) (3) Title: Managenent Group, Inc., GP Address: P. o. Box 15448 Fort Worth, TX 76119 Name. Glenna S. Davis Attorney in Fact Address: 175 Berkeley Street Boston, MA 02117 Telephone Number: 972.233.9588 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. I ...J ' I ...J i i ..... _J J THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § Bond No: 022028971 MAINTENANCE BOND That CONATSER CONSTRUCTION TX, LP. ("Contractor''), as principal, and,_L_ibe-r~t..,...y_ __ _ Mut ual Insurance Ccxnpany a corporation organized under the laws of the State of _MA __ _ ___ ,·("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of ONE MILLION THREE HUNDRED EIGHTY SIX THOUSAND SEVEN HUNDRED EIGHTY THREE DOLLARS AND ZERO CENTS ($1,386,783.00)lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, ass igns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Ci n~~act,?r,,~~ .. s this day entered into a written Contract with the City of Fort Q Worth, dated the __ of O (2 0_, a copy of which is hereto attached and made a ~ part hereof, for the performance of the following described public improvements: CLEAR FORK DRAINAGE BASIN SANITARY SEWER REHABILITATION AND IMPROVEMENTS, PART 4 the same being referred to herein and in said contract as the Work and being designated as project number(s) SEWER P258-703170043787 City Project No. 00437 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 w ill 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 ma intain sa id work in good repair and condition for sa id t erm of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct t he Work in whole or in part at any time within said period , if in the op inion of the Director of the C ity of Fort Worth Department of Engineering , it be necessary; and, • • I _I - J I ..J I J J 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 eight(8) counterparts, each of which shall be deemed an original , this_ day of HOV O'l 1@H> , A.D. 20 __ AITEST: (SE AL) Secretary AITEST: (SE AL) Secretary @) Conatser Construction TX, LP Con:;a By: ~ ~Caoatser . President of Conatser Title: Mana~nt Group, Inc., GP Liberty Mutual Insurance Canpany Surety By:~&k~ Nam~s Title: Attomey-in-FAct -------''------------ 175 Berkeley Street Boston, MA 02117 Address Tel No. 972.233.9588 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 3042076 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ...................................................................................................................... . , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, an. v and all undertakinas , bonds , rec.oanizances and other surety obligations in the oenal sum not exceeding TWENTY FIVE MILLION AND 00/100***********************'i***************1, DOLLARS($ 25,000,000.00********************** ) each, and the execution of such undertakings , bonds , recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute , seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations . Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in -fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. Ill Ill Cl) C: Ill ::::, ..c >-c: CIS =s ~ ... >-u, Cl)W Ee IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 3rd day of August .S Q. --'-="'-""'---------' ::;: OM 2010 .... COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY By~~M-fZ<~ Garnet W. Elliott, Assistant Secretary On this~ day of August , 2010 , before me , a Notary Public , personally came Garnet W . Elliott, to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . IN TESTIMONY WH P. ~i~ unto subscribed my name and affixed my notarial seal at Plymouth Meeting , Pennsylvania, on the day and year first above written . q;. ~oNW~~ ( 4i 0~ ..,_.,<..-< COMMONWEALTH Of PENNSYLVANIA A--... g ""' C) "j:. 'V Notatia1Seal By ~ ~ Teresa Pas:ella, NOta,y Publ'c Ayrneulh Twp., Moctgornery County +"-------'-------------- My Comm;;s"" l:x/lires Marcil 28, 2013 Ter6sa Pastella, Notary Public Murr;bo', Pi:.~ytvar.,u Association or Nota r~ CERTIFICATE I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 . VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed . NOV O 9 2 Q 10 IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of 0~ ... ""O Cl) C: :I\: CIS oe Q. CIS .!!?o .co -·· _a, 0 C: >,GI == Cl) :2.! -Cl) ~..c Cl)O :5~ E '9 -=~ ~'9 Oo (,) ,- 0 (0 1-,,!. ~Libertv ~ 1\'lutu a l Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting , PA 19462-8284 You may contact the Texas Department of Insurance to obtain informa ti on on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state .tx .us E-mail : Co ns u merP rote cti on@ tdi .state. tx .u s Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Att ach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMI C-3500 Pa ge 1 of 2 Rev . 7 .1 .07 CITY OF FORT WORTH, TEXAS CONTRACT THE ST ATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the day oNOV O 'f 2010 , RO , {!S) by and between the City of Fort Worth , a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties , Texas, by and through its duly authorized Assistant City Manager, ("Owner"}, and CONATSER CONSTRUCTION TX, LP , ("Contractor''). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties ." WITNESSETH: That said Parties have agreed as follows : 1 . That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements descri bed as follows : FOR: Clear Fork Drainage Basin Sanitary Sewer Rehabilitation and Improvements, Part 4 Sewer Project No . P258-703170043787 City Project No. 00437 DOE Project No. 6014 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 sa id project in accordance with the Plans and Specifications and Contract Documents prepared by or on behalf of the City of Fort Worth for the 8Water 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 itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Water 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 he inspec 10n approval of the Water Department of the City of Fort Worth and City Counci Worth within a period of 180 Calendar days. 6 /17/0 9 C-1 RD CITY SECRETARY Ft WORTH, TX If the Contractor should fa il 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$ l./ZO. UD per working day, not as a penalty but as liquidated damages , the Contractor and its Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to beg in 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 manner as it may deem proper, and if 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 writ ing, 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 Eng ineer 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 office rs , 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 Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such· injury or damage is caused in whole or in part by the negligence or alleged 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 w ith a letter from Contractor's liability insurance carrier tha t the cla im has been referred to the insurance carrier . The Director may, if deemed app ropriate , refuse to accept bids on other C ity 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 -2 OFFICIA L RECORD CITY SECRE!MtY FT. WORTH, TX 7. The Contractor agrees , upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended . A. If the total contract price is $25 ,000 or less , payment to the contracto r shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25,000 , a Payment Bond shall be executed , in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work . C. If the Contract amount is in excess of $100 ,000 , a Performance Bond shall be executed , in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications , and Contract Documents . Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt , full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal subm itted 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 invo ice from the Contractor. The agreed upon total Contract amount (includ ing/excluding) alternates n/a , shall be ONE MILLION THREE HUNDRED EIGHTY SIX THOUSAND SEVEN HUNDRED EIGHTY THREE AND ZERO CENTS Dollars , ($1,386,783 .00). 9. It is further agreed that the performance of this Contract, wither in whole or in part , shall not be sublet or assigned to anyone else by sa id Contractor without the written consent of the Owner. Any request for any sublease or ass ignment shall be made in writing and submitted to the Director of the Water Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11 . It is mutually agreed and understood that this Contract is made and entered into by the Parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth 6 /17/09 C -3 OFFICIAL RECORD CITY SECRETARY FT. WORTH , TX �E # I 1 � � � � � i � [ � 0 � a � r �. � � r � Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 1/ ROE TROE-1 City Project No 00437 DOE No 6014 Lot lR, Block A, Ridglea South Addition 6859 Chickering CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block A, Lot IR, Ridglea South Addition as shown on the deed recorded in Volume 388-52 Page 67 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary ~-Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees , agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the day of , 201 ---------- GRANTOR: (Ple ase Print) (Authorized Title) TEMPORARY RJGHT OF ENTRY Rev . 6(2 007 (Signature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel # 2/ ROE TROE-2 City Project No 00437 DOE No 6014 Lot 44, Block 1, Ridglea West Addition 4209 Marks PI. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to fne City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 44, Ridglea West Addition as shown on the deed recorded in Volume O 16143 Page 0085 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NI A Page NIA.,_ Tarrant County Plat Records , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer . Upon execution ofthis agreement, Grantor will grant Grantee and its contractor 's access to the Property for the purpose stated herein, until such time as the project · is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees , agents , representati ves, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and sin gular , the rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and assigns , for the purposes set forth above. Grantee shall res t or e the Property to the condition it was m immediately pnor to acc essing the Property under this Right of Entry . EX ECUTED thi s th e day of , 201 ---------- GRAN TOR : (Pl ea se Print) (Au thori ze d Titl e) TEMPORARY RIGHT OF ENTRY Re v. 6/2007 (Si gnatur e) - - Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 3/ ROE TROE-3 City Project No 00437 DOE No 6014 Lot 15, Block 10, Ridglea West Addition 4209 Southwest Blvd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convc::y to the City of Fort Worth, TX, herem after referred to as "Grantee" a temporary right of entry onto property described as Block 10 , Lot 15 , Ridglea West Addition as shown on the deed recorded in Volume 388-C Page 79 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records, Fort Worth , Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the afore mentioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the cc:-:.difam it was m immediately pnor to acc es sing the Property und er this Right of Entry. EXE CUTED thi s th e __ day of ______ , 201 GRANTOR : (Pl ea se Pr int) (Authori ze d Title ) TEMPORARY RIGHT OF ENTRY Rev . 6(2007 (Si gnature) - Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements fr:!!;~~---- ~7;~r:ic~~: :o~iE~~E No 6014 rn ~ @ ~ 0 Llj ~ w~ Lot43,Blockl,RidgleaWestAddition APR 2 6 2010 4205 Marks Pl . . . CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § By § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS That the undersigned , hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Gr'.:!~te~" a temporary right of entry onto property described as Block 1, Lot 43, Ridglea West Addition as shown on the deed recorded in Volume 388-C Page 79 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary ~-Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or co.::itrnctors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above . Grantee shall restore the Property to the condition accessing the Property under this Right of Entry. it was m immediately pnor to EXECUTEDthisthe ;;zs' dayof ~l ,201 u. GRANTOR: ~C/ f1{;c;2~ (Please Printf .p~v'.ll2~ (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2 007 ' \ Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 5/ ROE TROE-5 . City Project No 00437 DOE No 6014 Lot 14 & 6, Block 10, Ridglea West Addition 4200 Marks Pl CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to a"' "Grantee " a temporary right of entry onto property described as Block 10 , Lot 14 & 6, Ridglea West Addition as shown on the deed recorded in Volume 388-C Page 79 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA~ Tarrant County Plat Records, Fort Worth, Tarrant County, Tex as, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer . Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives , or contractors to access the aforeu1entioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth abo ve. Grantee shall restore the Property to the condition it was m immedi ately pnor to acc essing the Property under this Right of Entry. EXE CUTED this the ___ day of ______ , 201 GRANTOR: (Pl ea se Print) (Authori ze d Title) TEMPORARY RIGHT OF ENTRY Rev . 6/2007 (Si gn ature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel # 6/ ROE TROE-6 City Project No 00437 DOE No 6014 Lot 16, Block 10, Ridglea West Addition 4205 Southwest Blvd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 10, Lot 16, Ridglea West Addition as shown on the deed recorded in Volume 388-C Page 79 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA,. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the day of , 20 I ---------- GRANTOR: (Please Print) (Authorized Title) TEMPORARY RIG HT OF ENTRY Rev. 6/2007 (Signature) l ' - Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel # 7 / ROE TROE-7 City Project No 00437 DOE No 6014 Lot 11, Block 27, Ridglea Hills Addition 4471 Southwest Blvd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the Cit, vf Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 11, Ridglea Hills Addition as shown on the deed recorded in Volume 388-C Page 79 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA,. Tarrant County Plat Records, Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary ~-Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . Thi s Right of Entry shall include the right of Grantee and its employees , agents , representatives, or Cvil~i actors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall rester~ the Property to the condition it was m immediately pnor to acc essing the Prop erty und er this Right of Entry . EXECUTED this the day of , 201 ---------- GRANTOR : (Pl eas e Print) (Auth ori zed Titl e) TEMPORARY RIGHT OF ENTRY Rev. 612007 (Sign atur e) ..... Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvement Parcel# 8/ ROE TROE-8 City Project No 00437 DOE No 6014 Lot 6, Block 27, Ridglea Hills Addition 4470 Ridgevale Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § By § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § ~ ~ D W ~~ APR 2 3 2010 [I That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to +!le City of Fort Worth, TX, herein ::ft~~ referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 6, Ridglea Hills Addition as shown on the deed recorded in Volume 010375 Page 2364 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA.,_ Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary . sewer . main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right -of eritry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforemen(c;icd property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the 2 I day of ~ , 201 ct7 . GRANTOR: i1';J1>;.. ft{ J;J h/;J1JE fk_ (Please Print) (Authorized Title) TEMPORARY RJ GHT OF ENTRY Rev. 612 007 ~~& (Signature) -, Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel # 9/ ROE TROE-9 City Project No 00437 DOE No 6014 Lot 3, Block 27, Ridglea Hills Addition 4458 Ridgevale Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 3, Ridglea Hills Addition as shown on the deed recorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet NIA Slide N/A Page NIA., Tarrant County Plat Records, Fort Worth, Tarrant County , Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grarit Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor ~0 accessing the Property under this Right of Entry . EXECUTED this the __ day of ______ , 201 GRANTOR : (Please Print) (Authorized Title) TEMPORARY RJGHT OF ENTRY Rev. 6/2007 (Signature) - - -· Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 10/ ROE TROE-10 City Project No 00437 DOE No 6014 Lot 14, Block 27, Ridglea Hills Addition 4459 Southwest Blvd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grarnee" a temporary right of entry onto property described as Block 27, Lot 14, Ridglea Hills Addition as shown on the deed recorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee,. at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the day of , 201 ---------- GRANTOR: (Please Print) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2 00 7 (Signature) -- -l Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 11/ ROE TROE-11 City Project No 00437 DOE No 6014 Lot 2, Block 27, Ridglea Hills Addition 4454 Ridgevale Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, .hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 2, Ridglea Hills Addition as shown on the deed recorded in .Volume 011935 Page 0476 Tarrant County Deed Records and plat recorded in Cabinet NI A Slide NI A Page NI A,. Tarrant County Plat Records , Fort Worth , Tarrant County , Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above · described right of entry, together with all and singular , the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purposes set forth abov e. Grantee shall restore the Property to th e conditi on it was m immediately pnor to ac cessing the Property under this Ri ght of Entry. EXE CUTED thi s the · day of 201 ---------~ GRANTOR : (Ple as e Print) (Authorized Title) TEMPORARY RI GHT OF ENTRY R ev. 6n 007 (Si gnature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements D ~ @ [1: a I]) [1: M Parcel#12/ROETROE-12 APR 2 6 2010 . lj City Project No 00437 DOE No 6014 , Lot 15, Block 27, Ridglea Hills Addition By 4455 Southwest Blvd ~-================:::::=:::::::J CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , hereinafter referreq to as "Gran tor", does by t.liese presents grant and convey to the City of Fort Worth, T..X , h_~rein after referred · to as "Grantee" a temporary right of entry onto property des $ribd as Block 27, Lot 15, Ridglea Hills Addition as shown on the deed recorded in Volume 008545 Page 0233 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA~ Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and 1ts .contractor 's access to the Property for the purpose stated herein, until such time as the ·project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access thP~:::iforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition accessing the Property under this Right of Entry. it was m immediately prior to EXECUTED this the ~ 3 ~ay of Jr {)ft;'/ J ,201~. GRANTOR: tJw/JzLL !#1.1M57f/( (Please Print) (A~~/)~. TEMPORAR Y RI GHT OF ENTRY Rev . 6/2007 d)~~ (Signature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvement ~ ~ ~ a: D m ~ ~ Parcel# 13/ROE TROE-13 CityProjectNo00437DOENo6014 APR 2 3 2010 . Lot 20, Block 48, Ridglea Hills Addition 4421 Tamworth By l=..-!..::::::::::::::::::::::::::::::::::::::::::::::::::.l . CITY OF FORT WORTH TEMPORARY RlGHT ·OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter neferred to as "Grantor", does by these presents grant and convey to the City of Fort 'Wc~h, TX, herein after referred to as "G:.ruitce " a temporary right of entry onto property described as Block 48, Lot 20 , Rioglea Hills Addition as shown on the deed recorded in Volume 388-2 Page 110 Tarrant County Deed Records and plat recorded in CabinetN/A Slide NIA Page NIA., Tarrant County Plat Records, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitaty sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer . Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the .. purpose" stated .herein, 'until Buch time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. Th~s Right of Erifry· shafI ·include··the right of Grantee and its employees, agents , repre'sentativ es , or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediatdy prior to ac cessing the Property under this Ri ght of Entry. EXE CUTED thi s the J..t day of ~A ..... r~\ __ , 20l_Q. GRANTOR: f<cc;,W ~t (Ple ase Print) 0 tu /lcA.-- (Authori zed Title) TEMPORARY RlGHT OF ENTRY Rev. 6(2007 l1</lllc --(Signature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 14/ ROE TROE-14 City Project No 00437 DOE No 6014 Lot 29, Block 48, Ridglea Hills Addition 6708 Cumberland CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § By § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX , herein after referred t~ as "Grantee" a temporary right of entry onto property described as Block 48 , Lot 29 , Ridglea Hills Addition as shown on the deed recorded in Volume 388-2 Page 110 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA.,_ Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the .purpose of rerouting of existing sanitary sewer service line to newly installed sanitary -sewer main . in street right-of-way and abandonment of existing sanitary sewer . Upon execution ofthis agreement, Grantor will grant Grantee and its contractor's acc~ss to the Property for the purpose stated herein, until such time as the project is completed and approved by -the Grantee , at ·which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents , representatives , or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry , together with all and singular , the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the Y/ day of fur, I GRANTOR: ~)1_1\ µ tl\~D/\ (Ple~$e Print) (Authorized Title) TEMPORARY RIG HT OF ENTRY Rev. 6f2.007 , 201.Q_. - -i l 1 · J~~@~om~~ Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvement ~JrtAf R 2 3 2010 ~j Parcel# 15/ ROE TROE-15 City Project No 00437 DOE No 6014 Lot 16, Block 1, Ridgeview Addition -Fort Worth 6704 Cumberland CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § ,., t:)\i § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 16, Ridgeview Addition - Fort Worth as shown on the deed recorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA,. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the 2, 0 day of ~ , 201 (J. GRANTOR: I let 13 e + h (?oa. Y'IC (Please Print) (Aµthorized Title) TEMPORARY RJGHT OF ENTRY Rev . 6/2 007 (Signature) - - - Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 16/ ROE TROE-16 City Project No 00437 DOE No 6014 Lot 21, Block 48, Ridglea Hills Addition 4427 Tamworth CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § COUNTY OFT ARRANT § KNOW ALL BY THESE PRESENTS That the undersigned, hereinafter referred to as "Gran tor", .does by these presents grant and convey to the Ci:1· of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 48 , Lot 21 , Ridglea Hills Addition as shown on the deed recorded in Volume 008639 Page 0330 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA.,. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer . Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , e r contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall re store the Property to the condition it was m immediately pnor to acc essing the Prop erty under this Right of Entry . EXECUTED thi s the __ day of ______ , 201 GRANTOR : (Pl ea se Print) (Authori ze d Titl e) TEMPORARY RJGHT OF ENTRY Rev. 6/2007 (Si gnature) -, Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Pa D IT;A P@R (E 2 ~ ~ IT; ~ Parcel#l7/ROETROE-17 •1 Lu10 ~I:. City Project No 00437 DOE No 6014 I Lot 14, Block 1, Ridgeview Addition -F'ort Worth LBy 4432 MikeLn CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey [O the City of Fort Worth, TX, herem after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 14, Ridgeview Addition - Fort Worth as shown on the deed recorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA1 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Granter will grant Grantee and_ its contractor's access to the Property for the purpose stated herein, until such time as the project is completed -and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condi~0n it ·vv·as m immediately pnor to accessing the Property under this Right of Entry . . EXECUTED this the J_2__ day of f1_nu I I__ I ,2010. GRANTOR : :XZtJelsSm ~ +L (Please Print) tfeJtoe QWh~ (Authorized Title) TEMPORARY RIG HT OF ENTRY Rev. 6/2007 ~tr},~ (Signature) · -· J -· 4 Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 18/ ROE TROE-18 City Project No 00437 DOE No 6014 Lot 15, Block 8, West Vickery Heights 5001 Bryant Irvin Rd N CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT ~ That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 8, Lot 15, West Vickery Heights as shown on the deed recorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet A Slide 10534 Page NIA.,_ Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and .abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnc; to accessing the Property under this Right of Ently . EXECUTED thi s the day of , 2 01 ---------- GRANTOR : (Please Print) (Authorized Title) TEMPORARY RIGHT OF EN T RY Rev . 6f2 0 07 (Signature) 1 il Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 19/ ROE TROE-19 City Project No 00437 DOE No 6014 Lot 1, Block 1, Goldthwaite, Frank Arena Addn 1 Horsehoe Club Dr CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 1, Goldthwaite, Frank Arena Addn as shown on the deed recorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA1 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewe.r. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representative s, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry , together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry . EXECUTED this the __ day of ______ , 201 GRANTOR: (Pl ea se Print) (Authori zed Titl e) TEMPORARY RJGHT OF ENTRY Re v. 6fl.007 (Si gn atur e) ] Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvement, [o) ~ }8 ~ 3° 2m010~ rn I Parcel# 20/ ROE TROE-20 Ii APR 2 ~ City Project No 00437 DOE No 6014 Lot, Block, L'.:B'.l.y.::===:::=========::.1 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block , Lot , as shown on the deed i-ecorded in Volume NIA Page NIA Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA.,_ Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary . sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee; at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry , together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the J. / day of ~ , 201/). GRANTOR). :r~ ti oQ..'!,a,. s "" ~ e,.lub fd~• Wd""' W t /1, (tffl &,ad (Please Print) . ~! JJ.A ·· '"f~ (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev . 6'2007 1 Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 21/ ROE TROE-21 City Project No 00437 DOE No 6014 Lot 17, Block 26, Ridglea Hills Addition 4455 Ridgevale Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of I\:,1 i. Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 17, Ridglea Hills Addition as shown on the deed recorded in Volume 016224 Page 0205 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contradurs to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore th~ Pwperty to the condition it was m immediately pnor to accessing the Property under this Right of Entry . EXECUTED this the day of , 201 ---------- GRANTOR: (Please Print) (Authorized Title) TEMPORARY RJGHT OF ENTRY Rev. 6'2007 (Signature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Parcel # 22/ ROE TROE-22 City Project No 00437 DOE No 6014 Lot 10, Block 26, Ridglea Hills Addition 4136 Middlebrook Rd STATE OF TEXAS CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY § o ~@~om~~, 1PR 2 3 2010 ® By ~ § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the f'ity of Fort Worth, TX, herein after r<:>!~rred to as "Grantee" a temporary right of entry onto property described as Blocl-: 2G , Lot 10, Ridglea Hills Addition as shown on the deed recorded in Volume 005427 Page 0405 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records , Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry ·becomes void . Thi s Right of Entry shall include the right of Grante e and its employees , agents , representatives , or contractors to access the aforementioned pro perty. TO HA VE AND TO HOLD the above described right of entry , together with all and singular , the rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and assigns , for the purpose s set forth above . Grante e shall restore the Property to the condition it was in immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the o{ /ce,Lday of~Q,---,'·~'(t~;J_=' .____, 20l _Q . GRANTOR : .B &G /0 f C ~ (Pl ea se Print) (Au th ori ze d Title) TEMPORARY RJGHT OF ENTRY Rev. 6/2007 (Signature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel # 23/ ROE TROE-23 City Project No 00437 DOE No 6014 Lot 13, Block 26, Ridglea Hills Addition 4471 Ridgevale Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26 , Lot 13, Ridglea Hills Addition as shown on the deed recorded in Volume 388-S Page 77 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA., Tarrant County Plat Records , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer . Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to acc essing the Property under thi s Right of Entry. EX ECUTED this th e __ day of ______ , 2 01 GRAN TOR: (Pl ea s e Print) (Au th ori ze d Title) TEMPORARY RIGHT OF ENTRY Rev . 6/2007 (Si gn ature) Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel # 24/ ROE TROE-24 City Project No 00437 DOE No 6014 Lot 1, Block 26, Ridglea Hills Addition 4100 Middlebrook Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § /(DJ [E © [E D[YJ [E (i) w MAY t 4 2010 ~ By § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 1, Ridglea Hills Addition as shown on the deed recorded in Volume 008737 Page 2008 Tarrant County Deed Records and plat recorded in Cabinet N/ A Slide N/ A Page NIA,. Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose _ of rerouting of e:xisting sanitary sewer service line to newly installed sanitary sewer inain ·m ·sfreet right-of-way and abandonment of existing sanitary sewer. Upon execution ofthis agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein,· until such time as the project is completed and · approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned proper ty. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the 2 7 day of A:17 fl! L GRANTOR: , 2010. M/Crl/1-t!:C IC fctt,e-l'G (Please Print) ,fJ w Ne-IL u . (Authorized Title) TEMPORARY RJG HT OF ENTRY Rev . 6/2007 1214~/a~ ·(Signature) · · · -l Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 Parcel# 25/ ROE TROE-25 City Project No 00437 DOE No 6014 Lot 12, Block 26, Ridglea Hills Addition 4475 Ridgevale Rd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant ai1J convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 26, Lot 12, Ridglea Hills Addition as shown on the deed recorded in Volume 388-S Page 77 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA.,_ Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary . sewer. Upon execution ofthis agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property . TO HAVE AND TO HOLD the above described right of entry , together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 201 GRANTOR : (Please Print) (Authorized Title) TEMPORARY RJG HT OF ENTRY Rev . 6(2007 (Signature) l l Clear Fork Drainage Basin Sanitary Sewer Rehabilitaion and Improvements Part 4 City Project No 00437 DOE No 6014 ~ u; l!D u; IT} ~ I Parcel # 26/ ROE TROE-26 r;::~~R-:(iu::---R-0 ___ ®__, Lot 6, Block 26, Ridglea Hills Addition 4120 Middlebrook Rd MAY t 4 2010 ., CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § By § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort '.V~:::-th, TX, herein after referred to as "Grantee" a temporary right of entry onto prope1 ry ciescribed as Block 26 , Lot 6, Ridglea Hills Addition as shown on the deed recorded in Volume 388-S Page 77 Tarrant County Deed Records and plat recorded in Cabinet NIA Slide NIA Page NIA.,, Tarrant County Plat Records , Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of rerouting of existing sanitary sewer service line to newly installed sanitary sewer main in street right-of-way and abandonment of existing sanitary sewer. Upoi:i execution of this agreement, Grant9r ':Vill grant Grantee and its contractor 's access to the Property .for . the purpose stated herein,· until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees , agents, representatives , or contractors tc 3.cc ess the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and assigns , for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately prior to accessing the Prop erty und er this Right of Entry. EXECUTED this the~ day of AQu} (Please Print) (Authori ze d Title) TEMPORARY RJGH T OF ENTRY Rev . 6/2007 ,2010. /