Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41161
Mike Moncrief Mayor Dale Fisseler, P.E. City Manager -/ FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WOODVALE SANITARY SEWER & WATER IMPROVEMENTS WOODVALE RD. MALAGA DR. KAY LEA DAWN CT. VINCA CIRCLE LON MORRIS CT. VDALI CT. COMANCHE TR. MARINA ST. Project Number: 00391 City Secretary Contract Number: 33509 IN THE CITY OF FORT WORTH, TEXAS CITY SECRETARY I l \ \ L, l CONTRACT NO ._-,. ___ ....-_.,. __ S. Frank Crumb, P.E. D irector, Water Department Andrew T. Cronberg, P.E. Assistant Director, Water Department Engineering and Fiscal Services 2010 Prepared by: AECOM USA GROUP, INC. TBPE REG. NO. F-3082 1200 Summit Ave. Suite 600 Fort Worth, Texas 76102 . . &C Re v iew Pag e 1 of 3 Official site of the City of Fort Worth , Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 9/14/2010 -Ord. Nos. 19341-09-2010 & 19342-09-2010 DATE: 911412010 REFERENCE NO.: C-24453 NON- CONSENT LOG NAME: 60WOODVALE SS AND WATER IMPROV CODE: C TYPE: PUBLIC HEARING: NO SUBJECT: Authorize a Contract in the Amount of $1,586 ,928.00 with William J . Schultz , Inc., d/b/a as Circle "C" Construction Company for the Woodvale Sanitary Sewer and Water Improvements Project and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the City Manager to execute a contract with William J . Schultz , Inc ., d/b/a Circle "C" Construction Company for the Woodvale Sanitary Sewer and Water Improvements Project in an amount not to exceed $1,586 ,928 .00 . 2. Adopt the attached appropriation ordinance increasing estimated rece ipts and appropriations in the Lake Worth Capital Improvement Fund in the amount of $1 ,718 ,863 .00 ; 3. Authorize the transfer of $1 ,718 ,863 .00 from the Lake Worth Capital Improvement Fund to the Water Capital Projects Fund in the amount $361 ,509 .00 and Sewer Capital Projects Fund in the amount of $1 ,357 ,354 .00 ; 4 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $361 ,509 .00 and Sewer Capital Projects Fund in the amount of $1 ,357,354 .00 from available funds ; and DISCUSSION: The Lake Worth Capital Improvements Implementation Plan includes a project for the installation of approximately 9 ,078 linear feet of low pressure sewer line with grinder pump stations and 3 ,795 linear feet of water line to serve 89 residential customers in the Woodvale Road , Malaga Drive , Kay Lea Dawn Court , Vinca Circle , Lon Morris Court and Vdali Court area . This project is necessary to provide sanitary sewer service and water volume and pressure for the northeast Lake Worth area . The project was advertised for bid on May 13 , 2010 and May 20 , 201 O in the Fort Worth Star Telegram. On June 17 , 2010 the following bids were received : William J. Schultz, Inc., d/b/a Circle C Construction Company $1,586,928.00 Conaster Construction Company $1 ,697 ,393 .00 William J . Schultz , Inc., d/b/a Circle "C" Construction Company has been determined to be the lowest responsive and responsible bidder. In addition to the contract amount of $1 ,586 ,928 .00 , $84 ,000.00 will be required for survey , soil testing , inspections and contract management , plus $47 ,935 .00 for possible change orders and contingencies . William J . Schultz , Inc., d/b/a Circle "C" Construction Company , is in compliance with the City's M/WBE Ordinance by committ ing to 14 percent M/WBE participation . The City's goal on this project is 14 percen t. http://apps.cfwnet.org /council_packet/m c_review.as p ?I D=l 3869&co uncil date =9/14/2 0 10 11/3 /2010 1 &C Review Page 2 of 3 This project is located in COUNCIL DISTRICT 7 . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and the adoption of the attached appropriation ordinance , funds will be available in current capital budgets , as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund . TO Fund/Account/Centers ~ $1,292 ,854 .00 P258 541200 707130039183 ~ $4,000 .00 P253 531350 607140039152 ~ $5,500.00 P253 511010 607140039180 ~ $342,009 .00 P253 541200 607140039183 ~ $5,000 .00 P253 531200 607140039184 ~ $1,000 .00 P253 531350 607140039184 ~ $4,000 .00 P253 511010 607140039185 ~ $15,000.00 P258 531350 707130039152 ~ $10,000.00 P258 511010 707130039180 3} P258 531200 $12,000 .00 707130039184 ~ $2 ,000 .00 P258 531350 707130039184 2&3} $361,509 .00 P253 472246 6071400391ZZ 2&3} $1,357 ,354 .00 P258 472246 7071300391ZZ .1l $1,718,863.00 C246 538070 601159990100 ~ $25,500 .00 P258 511010 707130039185 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATIACHMENTS FROM Fund/Account/Centers .1.1 $331 ,609 .00 P253 541200 607140039183 4} P258 541200 707130039183 ~ C246 538070 601159990100 Fernando Costa (6122) S. Frank Crumb (8207) Paul Bounds (8567) $1,255,319.00 $1 ,718 ,863 .00 60W00DVALE SS AND WATER IMPRO Rec 1.doc http://apps.cfwnet.org/council_packet/mc_re view .as p?ID=l3869&councildate=9/14/2 010 11 /3/2010 - -~&CReview ·-. ' 1 60W00DVALE SS AND WATER IMPRO Rec 3.doc Woodvale water & sewer map.pdf http://apps.cfwnet.org/council _packet/mc _review.asp?ID= 13869&councildate=9/14/2010 Page 3 of 3 11 /3/2010 TABLE OF CONTENTS 1 -Project Information D 1.1 -Title Page MS-Word D 1.2 -Location Maps pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word 181 2.2 -Notice to Bidders MS-Word 181 2.3 -Comprehensive Notice MS-Word to Bidders 181 2.4 -Special Instructions to pdf Bidders (water-sewer) D 2.5 -Special Instruction to pdf Bidders (paving-drainage) 181 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation 181 3.1 -MWBE Special pdf Instructions 181 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form 181 3.3 -MWBE Prime Contractor pdf Waiver 181 3.4 -MWBE Good Faith Effort pdf 181 3.5 -MWBE Joint Venture pdf 4 -Bid Package 181 4.1 -Bid Proposal Cover & pdf Signature Sheets 181 4.2 -Bid Proposal(s) MS-Excel D 4.3 -Green Cement Policy MS-Word Compliance Statement D 4.4 -Bid Schedule pdf 181 4.5 -Vendor Compliance to pdf State Law 181 4.6 -List of Fittings pdf 181 4.7 -Pre-Qualified Contractor MS-Word List 5 -General and Special Conditions 181 5.1 -Part C General pdf Conditions (water -sewer) 181 5.2 -Supplementary pdf Conditions to Part C (water - sewer) 181 5.3 -Part D -Special MS-Word Conditions (water -sewer) 181 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) 181 5.5 -Part E Specifications pdf D 5.6 -Special Provisions (paving -drainage) 181 5.7 -Wage Rates pdf 181 5.8 -Compliance with and pdf Rev 2-2-10 PAYC HECK/ ADVICE QUICK REFERENCE GUIDE On October 29th, all City e mployee paychecks/ advice s will b e p roduce d from the n ew PeopleSoft system. (Sample of paycheck on the back) C h eckin g Yo ur Payc h eck Whe n yo u rece iv e yo ur p ayc h eck or pay advice, p lease take t h e fo ll ow ing actions: 1. Con firm th e acc uracy of n am e, addr ess, and pay rate . 2 . Review H o urs and Ea rn ings to confir m th e a m oun t of reg ular h o urs reported, shi ft hours reported (if app licab le), and leave h ours reported (e.g. vacation, s ick leave , or holiday leave taken). 3. Review Befo r e-T ax a nd After-Tax Deductions to co n firm yo ur specific dedu ctions. Please note: This is t h e th ird pay period of the m o n t h so the fo ll ow ing ded u ctio n s are n ot take n : D Lo n g T enn D isa bility D Li fe Insuran ce D De n ta l In sura n ce D Pa r ki n g Lot (With your paycheck/advice, you are receiving a copy of your April 3~ 2010 pay advice to allow you to com- J.!.are the deductions that were taken tlie last time the third J.!.a y__J.!.eriod in a month occurred) Getting C orrecti o n s M a d e : If yo ur p ay is incorre ct, fo ll ow these st e p s: UNDERPAYMENTS: OVERPAYMENTS: l. Go to your timekeeper and report the differe nce. l. 2 . Your timekeeper will verify the correct amount yo n should have b een paid. 2. 3 . Your timekee per will e nter the correction into the system and submit the r equired form to Human Resources. 3 . 4. A check for the differe nce will b e iss u ed and yo ur time keeper will notify yon within two business days when it is ready for pick 4. up (even if yo n normally get direc t d eposit). The tim ekeep in g co ntacts b elow ca n a lso provid e assista n ce: Av iatio n Joa nn a Ramirez or Blake H a il ey C ity M a n age r Lo r a ine Cole m a n, Eva nia Da niels, Ethel Jo hnso n, o r Jac ki e M cCarthy C ity Secretary N ico le Se idel Code Com p li a n ce Betty Lawso n o r Carolyn M cCray Equi p m ent Se 1v ices Bio la Cor dero Finan cial M an age m en t Jan et C ra n ey Svcs Fire Na n cy Bl ack H o u sing and Eco n o mi c Bette C h apm an Deve lopm ent Huma n Reso urces Ju a n ita Jim e n ez o r M o nique Sch a m p ITS Juli e R ios o r Neatia Worth a m Yon are res ponsible for reporting any ove rpayme nt. Go to yo ur time- keeper and report the diffe rence . Your time keepe r will ve rify the correct amount yo n should have b ee n paid. Your time keepe r will enter the correction into the sys te m a nd submit the required form to Human R eso urces. Human Reso urces will contact you within two business days regarding the steps to be take n to r eimburse the City. In tern a l A u d it M arilyn H eine n Law T racy M cV ay or Catheri ne Neva n s Lib r ary Nor a Gon za les , Jess ica Parral, o r Kar en V an Leuva n Municip al Court Ken d r a Noble o r Kim be rl y O'Neil PACS Jea n Colem an or C hr istine T ay lor Pl a n n ing a nd Donna M elto n o r Inna Sae n z D evelopm en t Po li ce Carol Davis or Ka thy Hinz Pu b li c Eve n ts C h arl ene M cM orrow or G len da W ard TPW Bra ndy C r a n e, N ikki M c l eroy, or Ran d i A lli so n W ater/WW Li sa C h a mbers Question s? Please co ntact your departmenta l timekee per or departmenta l Human Reso u rc e Coo rdinator (H RC) Paycheck/ Advice Quick Refer e nce Guide Features of Your Paycheck/ Advice 0 Pay Begin Date/Pay End Date City of Fort Worth FoR rs;oRTij o P.;oy Grp: 100-General Employees Bus Unit 00020 Th is area p rovides the e mployee pay gro u p , pay period dates cove red by this c h eck o r direct d e posit, pay period numbe r, b usin ess unit number (previo u sly kn own as d epartm e nt num- ber), c h eck/advice numbe r a nd c h eck/advice date. 0 Employee Information: Th e e mployee 's name a nd add ress that is on fi le with Huma n Reso urces. 1000 Throclanorlon St Fort Worlh. TX 76102 Zack Q Johnson 1234ElmSl Fort Worlh. TX 76106 De.,,... ........ Regular Earnings Holiday Vacation Longevity Pay eage Furiough Exempt Comp Tune Used Personal Hoiday ... Al 01her Earnirv1s Talat P,ilY Begin Date: 05/22/20 to P.ilY' End Daite: 06/0412010 Pav Period: 12 Emplld: 601010 Dept 0200009-TPW Mapping Servi 0 ~tion: 0001-City H all e .Job Title: City Traffic Engineer Pa,y Rate: $2251 Hourly HOURS AND EARN9tGS ---CLSTent ---YTD-- Rate Hrs/Units ·Eaminos Hrs/Units :Eaminas 2251 63.00 1.418.1 3 718.00 16.162.19 22.51 8.00 180.08 32.00 720.32 22.51 1.00 22.51 25.50 574.01 450.00 450.00 0 .50 124.00 6 ,2.00 447.00 223.50 8.00 0 8 .00 0 .00 5 .50 123.82 16.00 585.26 2 003.41 2 132.72 20 842.51 Advice It:. 1081 Advice O;ote: 0!11'11/2010 TAX DATA: F-ederill TXSbte Marital status: Single n/a Allowances: 1 00 Additional %: Adcitional Amt TAXES r\ocrrinfion Current YTD Fed Withheld 242.28 2,029.46 Fed MED/EE 26.64 263.54 0 Total: 268.{12 2293.00 BEFORE-TAX DEDUCTIONS AFTER-TAX DEDUCTIONS 0e.,,,;nr;,,., Cum>nt YTD Descriolion Current YTD • General Data: Group H ealth Benefit 55.54 666.48 Supplemental Life AD&D EE 19.74 19.74 Dental 6 a95 76.45 Net Pay Credit Union 0 .00 11 .560.61 E mployee 10 numbe r, d epa rtme nt numbe r Employees' Retirement Fund 170.83 1 ,701.09 Life I nsurance Conversion 0 .00 '197.40 CreditUmon 0 .00 2 .717.00 0 0 Talat 233.32 2.444.02 Total: 111.74 14494.75 (previously d epa rt- ment/divis ion/ sectio n numbe r), locati o n, jo b titl e a nd current rate o f pay are indicated . -TOTALGROSS TAXABLE GROSS TOTAL TAXES TOTAL DEDUCTIONS N ET P AY • Tax Data: In formatio n suppli ed fro m the e mployee 's W-4 fo m 1 o n fil e with Human Re- so urces. 0 Hours & Earnings : Earnings details sh ow ing type o f ea rnings, total h o urs wo rked and rate o f pay. Pay totals by ea rnings type are sh own in both c urrent (thi s ch eck) a nd year to date amounts. CUrre'V 2.132.72 1.837.40 YTD : 20842.51 18 174 .QQ LeavePliln I Billance I lke Or Lose I Vacation 561.04 CT Exempt 025 Major Medical 2Q1.06 ST Sick/Family G) 133.51 IIESSAGE~our New Pay Advice FormaL .. -.o1 oe.,-!!lld.i.-.OO.,..__t-,T ...... a.-..."'-' CD City of Fort Worth 1000 ThrodcmorfDn St FortWorlh. TX 76102 268.92 253.06 1,610.7~ 2.293_00 16 g3an 1 610.74 HVDafe I NET PAY DISTRIBUTION I : Advice# 1081 1,610.74 : CD - ChkOate: Pay Period: Advice#: 06/11/2.010 PP12_10 1081 O Taxcs: To The CD DIRECT DEPOSrTDISTRIBUTlON Amounts d ed u cted for Fed era l Withho lding and Medica re tax es . Accounl(s) Of: ~k Q.Johnson 1234 Elm St.· Fort Worih. TX 76106 Location : 0001-City Hill! AcclT.,_ Accll# DPnneitAmt Oiecking xxxx1234 1,610.74 Tola!: 1-610.74 0 Employee Before-Tax Deductions: 1 nd ica res d ed u cti o ns that lower your taxabl e gross wages . T h ese a m o unts are d edu cted fr o m your tota l waoes before tax deductions a re calcul ated . 0 Employee After-Tax Deductions: Deductions which h ave no affect on tax calculations. These amounts a re deducted afte r a ll tax d edu ctio n s have been calc ul ated . 0 Total Amounts: Amounts sh ow n are your paych eck summary for b o th the current c h eck a nd yea r to date earn in gs. The sum- m a ry shows tota l gross ea rnings , taxable gross earnings , tota l taxes , tota l d educti o n s a nd n et pay. N O N -NEG OT IABL E Abse nce/Leave Balances: Indicates the avai la ble balances fo r each of th e diffe rent leave categories that a re ava ila b le to e m- ployees including U se or Lo se amount a nd u se by d ares. Net Pay Distribution: Amount represe n ts your ta ke h o m e p ay fr o m t hi s payc h ec k. Message: Indi cates m ess ages se nt to all e m p loyees . Check or Advice: This a rea wi ll show eith e r a s ign atu re (for a c h ec k) o r no n-n egotiable (for a direct d e- pos it a dvi ce ). Questions? Please contact your d epa rtmental timekeeper o r d epa rtme ntal Human Resource Coordinato r (HRC) PAYCHECK/ ADVICE QUICK REFERENCE GUIDE On October 29th, all City employee paychecks/advices will be produced from the new P eopleSoft sys tem. (Sample of paycheck on th e hack) C h ecking Your Paycheck When yo u rece ive your paych eck or pay advi ce, please t ake the fo ll ow ing action s : l. Confirm the acc uracy o f name, address, and pay rate . 2. Revi ew Hours and Earnings to co nfirm the amount o f r eg ul a r h o urs re ported, shi ft h o urs reported (if a pplicab le), and leave h ours r e ported (e .g. va ca ti o n, sick leave, or h o li day leave take n). 3. Revi ew Before-T ax and After-Tax Deductions to con firm yo ur s peci fic d edu ctions. Please n o te: This is th e third pay peri o d of t h e month so the fo ll ow ing d eductions ar e n o t ta ken: 0 long T erm Disa b ili ty 0 life In s uran ce 0 D ental In surance O Parking lot (With your paycheck/advice, you are receiving a copy of your April 30, 2010 pay advice to allow you to com, p_are the deductions that were taken the last time the third p_a J:. veriod in a month occurred.) Getting Correcti o n s Made: If your pay is incorrect, fo ll ow these steps: UNDERPAYMENTS : OVERPAYMENTS: l. 2. Go to your timekeeper and report the difference. 1. Your timekeeper will verify the correct amount you should have been paid. 2 . 3. Your timekeeper will enter the correction into the system and submit the required form to Human Resources. 3. 4 . A check for the difference will be issued and your timekeeper will notify you within two business days when it is ready for pick 4. up (even if you normally get direct deposit). The timekee ping con tacts below ca n also provide ass istance : Aviation Joa nna Ramire z or Blake Hailey C ity M a n age r Lo ra ine C o le man, Evan ia Daniels, Eth el Jo hnso n, or Jackie M cCar t h y C i ty Secretary Nico le Se id el C ode Complian ce Betty Lawso n o r Carolyn M cCray Equipment Se1vi ces Biola Cordero Fina nci al M an age m ent Ja n et Cra n ey Svcs Fir e Nancy Black H o u sin g and Economic Bette C hapman D eve lopm ent Human Reso urces Juanita Jim en ez o r M o niqu e Schamp ITS Juli e Ri os o r N ea tia W o rtham You are responsible for reporting any overpayment. Go to your time- keeper and report the difference. Your timekeeper will verify the correct amount you should have been paid . Your timekeeper will enter the correction into the system and submit the required form to Human Resources. Human Resources will contact you within two business days regarding the steps to be taken to reimburse the City. Intern al Audit M arilyn H e inen law Tracy M c V ay or C atherine Nevans Library Nora G o n za les, Jess ica Parral, o r Karen Van Leuva n Municip a l Court Kend ra Noble o r Kimb erly O'Neil PA CS Jea n Colem an or C hristi n e T ay lo r Pla nning an d Donna M e lto n or Irma Saenz D evelopm ent Police Carol D avis o r Kath y Hinz Public Events C h arle n e M cM o rrow o r G lend a W ard TPW Br andy C rane, Nikki M cl eroy, or Randi A lli so n W a ter/WW Li sa C h amb ers I Q uesti o ns7 Pl ease co n tac t your departmenta l t imekee per o r d epa rtm e ntal Huma n Res o urce Coordinato r (HRC) I Paych eck/ Advice Quick Reference Guide Features of Your Paycheck/ Advice 0 Pay Begin Date/Pay End Date City of Fort Worth fOR T"ORTii o P.ay Gfp: 1 DO-General Employees &.s Unit 00020 Th is a rea provides the e mployee pay gro up, pay pe ri od dates cove re d by thi s c h eck o r d irect deposit, pay pe ri o d numbe r, bus in ess unit numbe r (previously known as d e partme nt num- be r), c h eck/advi ce numbe r a nd c h eck/advice date. 0 Employee Information: The e mpl oyee's name a nd address that is o n fil e with Huma n Reso urces. 1000 Throclano<1Dn St Fort Worth. TX 76102 Zack Q Johnson 1234 Elm St. ForlWorfh. TX 76100 De"-"""'""" Regular Earnings Holiday Vacation l.mv>vily Pay Mileage Fur1ough Exempt Comp Tune Used Personal Holiday .... Al other Earninas Totat Pq Begin Date: 05/22/2010 P.ayEndO.ite: DM>4/2010 p..,,.Period: 12 Emplld: 601010 Dept 0200009-TPW Mapping Servi 0 ~= 000 1-Ciy Hall e Job Title: City T raffle Enijneer P.ay Rate: $22..51 Hourfy HOUR S AND EARNNGS ---Cinent --YTD --- Rate Hrs/Units Eaminas Hrs/Units Eaminas 22.51 63.00 1.418.13 718.00 16.162.19 22..51 8 .00 180.08 32.00 720.32 22.51 LOO 22..5 1 25.50 574.01 450.00 450.00 0 .50 124.00 62.00 447.00 .223.50 8.00 e 8 .00 0.00 5 .50 123.82 16.00 585.26 2 003.4t 2.132.72 20842.51 Advice#: 1081 Advice Date: 06/11/2010 TAX D ATA: Fedenl TX St.ite Marital Status: Single nfa Allowances: 1 00 Additional %: Additional Amt T AXES ~tia, Current YTD Fed Wilhhekl 242.28 2,029.46 Fed MED/EE 26.64 263.54 0 Total: 268..Q2 2293.00 BEFORE-TAX DEDUCTIONS AFTER-TAX DEDUCTIONS De"-"" ......... Cun-ent YTD ~a, Current YTD • General D ata : Group Health Benefit 55.54 666.48 Supplemental Life AD&D EE 19.74 19.74 Dental 6 .95 76.45 Net Pay Credit Union 0.00 11 .560.6\ Employee ID numbe r, d epartment numbe r Employees' Retirement Fund 170.83 1.701.09 Life l ~rance Conver.;ion 0 .00 197.4 0 Cn!dit Uroon 0 .00 2.717.00 0 0 Totat 233.32' 2444.02 Totat 19.74 14494.75 (previously d epart- m e nt/divis io n/sectio n number), locatio n, job titl e and curre nt rate o f pay are indica ted. -TOTALGROSS TAXABLE GROSS TOTAL TAXES TOTAL DEDUCTIONS N ET PAY oTaxData: In fo rm ation s upplied fro m the e m p loyee's W-4 for m o n fil e with Huma n Re- so urces. • Hou rs & Earnings : Earnings d era ils showin g type o f earn in gs , tota l h o urs worked a nd ra te o f pay. Pay totals by earn in gs type are sh own in bo th curre nt (th is c h eck) and year to date amo un ts. C:Urnmv 2.132.72 '1.837.40 YTD: .20842.51 18 174..Q9 Leave Plan I Balance I Use Or Lose I Vacation 561 .04 CT Exempt 0 .25 Major Memcal ~1.06 ST SickJFarniJy CD 133.51 IIESSAGE:Vo,.. New Pay Advice Format •.•. _.., ___ ,_,._,eo,._,._,Y __ .._ CD City of Fort Worth 1000 Throclano<1Dn st ForlWcrth. TX 76102 268.92 253.00 1.610.74 2.293.00 161138.77 1610.74 HVl)ate : Advice# t 081 11,610.74 : I fET PAY DISTRIBUTION I CD - ChkOate: Pay Period: Advice#: 06/11/2.010 PP12_10 1081 C,Taxes: To The CD DIRECT DEPOSIT DISTRIBUTION Amounts d e ducted fo r Federal Withho lding an d Medi care taxes. Accoun1(s) Of: Zack Q .Johnson 12348m St Fort Worth. TX 76106 Location : 0001.City Hall AcctT-Acct# :Jannc'itAmt Checking xxxx:1.234 1,610 .74 Tol,,I; 1.610.74 0 Employee Before-Tax Deductions: Ind icates d educti o n s that lowe r your taxab le gross wa ges. These a m o unts are deducted fr om your total wages befo re taX d educti o n s a re ca lculated . 0 Employee After-Tax Deductions: Deductions which have no affect on tax calculations. These amoun ts are d educted after a ll tax deductions have bee n ca lcul a ted. 0 Total Amou nts: Amounts sh o wn are yo ur paycheck summa ry for both the curre nt ch eck and yea r to date earnings. The sum- m ary sh ows tota l gross ea rnings , taxab le gross ea rnings, tota l taxes , total d educ ti o n s a nd n et pay . CD N O N -N EGOTIAB LE Absence/Leave Balances: Indica tes the ava il able ba lances for each of the differe nt leave ca tegori es that a re ava ilable to e m- ployees including Use or Lose a m o unt a nd u se by dates. Net Pay Distr ibution: Amo unt re prese nts yo ur take hom e p ay fr o m thi s payc h eck. Message: Indica tes m essages se nt to a ll e mployees. Check or Advice: This a rea wi ll show e ithe r a s igna ture (fo r a ch eck) or n o n-negoti a bl e (for a direct d e- posit advi ce). Ques ti ons? Pl ease contact yo ur d epartmental timeke e per o r departme ntal Human Reso urce Coordinator (HRC) TABLE OF CONTENTS Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water-dwf sewer) D 5.10-Standard Details dwf (paving-drainage) 6 -Contracts, Bonds and Insurance IZI 6.1 -Certificate oflnsurance MS-Word IZI 6.2 -Contractor Compliance pdf With Workers' Compensation Law IZI 6.3 -Conflict of Interest pdf Questionnaire IZI 6.4 -Performance Bond pdf IZI 6.5 -Payment Bond pdf IZI 6.6 -Maintenance Bond pdf IZI 6.7 -City of Fort Worth pdf Contract I 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 D 8.1 -Easement pdf 9-Reports IZI 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 Rev 2-2-10 SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: WOODVALE SANITARY SEWER & WATER IMPROVEMENTS Project Number: 00391 City Secretary Contract Number: 33509 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 p.m., June 10, 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 One Hundred Fifty Dollars ($150.00) per set at the offices of AECOM USA GROUP, Inc., 1200 Summit Ave, Suite 600, Fort Worth, TX 76102. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Friday, May 14, 2010. Documents may also b 1-; obtained free of charge at the City of Fort Worth online document management system (Buzzsaw). Contact Fred Griffin for access to the site at Fred.Griffin@fortworthgov.org. However, any Contractor wishing to bid the project must purchase a hard copy of the contract documents from AECOM, which will be turned in with their bid. The major work will consist of the following (All Approximate): SECTION A-WATER IMPROVEMENTS 3,725 LF 8-Inch Water Line, Water Services and Appurtenances SECTION B-SEWER IMPROVEMENTS (LOW PRESSURE FORCE MAIN) 3,530 LF 2,570 LF 2,812 LF 100 EA 4-Inch Low Pressure Sanitary Sewer and Appurtenances 3-Inch Low Pressure Sanitary Sewer and Appurtenances 2-Inch Low Pressure Sanitary Sewer and Appurtenances Simplex Grinder Pump Station All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders. For additional info.rmation, please contact Walter Hardin, P.E., Project Manager, City of Fort Worth -Water Department at Telephone Number: 682-432-4075 or by email: walter.hardin@fortworthgov.org, and/or Matt Abbe, P.E., Project Manager, AECOM USA GROUP, Inc. at 817-698-6722, or by email at matthew.abbe@aecom.com . Advertising Dates: May 13, 2010 May 20, 2010 Pre-bid Meeting: May 26, 11 :00 AM -Eagle Mountain Lake COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: WOODVALE SANITARY SEWER & WATER IMPROVEMENTS Project Number: 00391 City Secretary Contract Number: 33509 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m., June 10, 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 One Hundred Fifty Dollars ($150.00) per set at the offices of AECOM USA GROUP, Inc., 1200 Summit Ave, Suite 600 , Fort Worth, TX 7 6102. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Friday, May 14, 2010. Documents may also be obtained free of charge at the City of Fort Worth online docum cm management system (Buzzsaw). Contact Fred Griffin for access to the site at Fred.Griffin@fortworthgov.org. However, any Contractor wishing to bid the project must purchase a hard copy of the contract documents from AECOM, which will be turned in with their bid. General Contract Documents and Specifications for the Water Department Projects, dated January 1, 1978, with the latest revisions, also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non- refundable fee of $50.00 for each set, at the Planning & Engineering Division Office of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas, 76102. The major work will consist of the (approximate) following: SECTION A -WATER IMPROVEMENTS 3,725 LF 8-lnch Water Line, Water Services and Appurtenances SECTION B -SEWER IMPROVEMENTS (LOW PRESSURE FORCE MAIN) 3,530 LF 2,570 LF 2,812 LF 100 EA 4-lnch Low Pressure Sanitary Sewer and Appurtenances 3-lnch Low Pressure Sanitary Sewer and Appurtenances 2-lnch Low Pressure Sanitary Sewer and Appurtenances Simplex Grinder Pump Station Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of"Vernon' s Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7 400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . COMPREHENSIVE NOTICE TO BIDDERS 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 fonnalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form( s ). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Matt Abbe, P.E. of AECOM USA GROUP, Inc., at 817-698-6722. 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 fonns included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. Bidders, using the electronic bidding system (Buzzsaw) and as outlined in the submission instructions, shall submit those documents electronically that are requesting infonnation but do not require a signature . And for those documents that require signatures, print a copy of each document, complete, sign, and received at the Purchasing Office within the time deadline stated above. In accord with the City of Fort Worth Ordinance No. 15530,... · ,~ty of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts . A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIVERFORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m ., five ( 5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City ofF ort Worth received the Documentation . Failure to comply shall render the bid non-responsive. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal Unit I and Unit II 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 both Unit I and Unit II . A bid proposal submittal that is received with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Engineering Department. Bidders must ensure that they are pre-qualified by the City ofF ort Worth before bidding on a project. A failure to obtain prequalification may be grounds for rejection of a bid or cancellation of award of a contract. For additional information, please contact Walter Hardin, P.E., Project Manager, City ofFort Worth-Water Department at Telephone Number: 682-432-4075 or by email: walter.hardin@fortworthgov.org, and/or Matt Abbe, P.E., Project Manager, AECOM USA GROUP, Inc. at 817-698 -6722 , or by email at matthew.abbe@aecom.com . COMPREHENSIVE NOTICE TO BIDDERS DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: May 13, 2010 May 20, 2010 By: _____________ _ Walter Hardin, P .E Water Department, Engineering Services Pre-bid Meeting: May 26, 11 :00 AM -Eagle Mountain Lake MARTY HENDRIX CITY SECRETARY 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 given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability fo r fin ancial 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-SE€l:JRITY: A cashier's check, or an acceptable bidder's bond, payable to ·the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must ( 1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: Aperformance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 .7. 09/10/04 1 4. WAGE 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 aid to each worker. These records shall be o en at all reasonable hours for inspection by the Ci (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 cci11spicuous 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"t:6ntfiictot whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy'') of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or .advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor _against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against •:ity 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 ofFort 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 J:>id 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 offacts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities;or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. -,-------,--····--········--·-··-. 09/10/04 4 Section 2.6 · Detailed Project Specifications PART 1 -GENERAL 1.01 SCOPE SECTION 01301 CONTRACTOR'S SUBMITTALS · The CONTRACTOR shall submit descriptive information to: A. Allow the ENGINEER to advise the OWNER whether the materia ls and equipment proposed for the project are in general conformance with the design concepts and in conformance with the drawings and specifications. B. Provide a record for the OWNER of the materials and equipment which have been incorporated into the project. C. Provide a guide for operations and maintenance of equipment. D. Provide inform i:tc 1ci n required for the administration of the Contract for construction of the project. This section of the specifications provides a more detailed description of the requirements for submittals as outlined in the General Conditions but does not alter any requirement for submittals as described in the General Conditions. PART2-PROCEDURES 2.01 CONTRACTOR'S RESPONSIBILITIES The CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure that the values , material , equipment, or inethod of work shall be as described in the submittal. All submittals must be stamped by the CONTRACTOR, Indicating that they have been checked by the CONTRACTOR for compliance with the Contract Documents and approved by the CONTRACTOR, or contain certifications as ----·------------requirecrby-tlie Contract Documents. Submittals that do not have the stamp applied -or include ·· the required certifications will be returned without processing to the CONTRACTOR. 2.02 SU BM ITT AL TO OWNER The CONTRACTOR shall submit all shop drawings, certifications, letters, warranties, and any other information required by these Specifications and Bid Documents to the ENGINEER for review as detailed herein. 01301-1 2.03 MARKING OF SUBMITIALS A. The CONTRACTOR shall assign a number to each submittal provided to the ENGINEER to allow each submittal to be tracked while processing through the review procedures. B. Assignment of numbers shall be by means of a letter prefix, a sequence number, and letter suffix to indicate resubmittals. c. The sequence number shall be issued in chronological order for each type of submittal. Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the ENGINEER for processing. As an example, a submittal with the number 25 indicates that the submittal is the 25th submitted. Submittal number 12-A indicates the submittal is the .12th shop drawing submitted and is being submitted for the second time . D. Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not requ ire that any response be given for the material. CONTRACTOR and ENGINEER shall both maintain a log of submissions to allow the processing of CONTRACTOR's submittals to be monitored. Logs will be reviewed periodically to determine that all submittals are received and processed. E. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. F. Submittals shall be accompanied by a Submittal Transmittal Form to be provided by the ENGINEER. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections, etc. for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that they should be checked as a unit. 2.04 CONTRACTOR MODIFICATION REQUEST/PROPOSED CONTRACT MODIFICATION -----· ·· · -·· .. -----·----A: ·-·-Any change in the contract documents that is requested will be initiated by the CONTRACTOR issuing a CONTRACTOR's Modification Request or by ENGINEER issuing a Proposed Contract Modification on the form provided by the · ENGINEER. Proposals will be considered and if found acceptable will be incorporated in a Field Order in accordance with the General Conditions or Change Order in accordance with the General Conditions. B. The cost of ENGINEERDs evaluation of any substitution or deviation requested by the ', CONTRACTOR may be charged to the CONTRACTOR by the OWNER, through a Change Order. 01301-2 2.05 SHOP DRAWINGS A. DEFINITION 1. As defined in the General Conditions, shop drawings consist of all drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for the CONTRACTOR to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other information pr~pared . by a supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. 2. Shop drawings shall indicate the kind, exact model, size, arrangement, and operation of component materials and devices; materials of construction, external connections, anchorages and supports required; performance characteristics; dimensions, weights, and other information required for installation and correlation with other materials and equipment. B. SCHEDULE FOR SUBMITTAL OF SHOP DRAWINGS C. D. 1. The CONTRACTOR shall submit, in accordance with the General Conditions, a schedule indicating the time and sequence in which Shop Drawings are to be submitted. This schedule shall consider the dates for incorporation of the materials or equipment into the project and take into consideration time for delivery and a reasonable time for review of shop drawings. Proposed order and delivery dates shall be incorporated in the Progress Schedule. 2. Shop drawings will generally be reviewed in the order in which they are received. Drawings marked "Priority" will be reviewed ahead of other shop drawing submittals not so marked which have already been received but are not yet being reviewed. CONTRACTOR shall be aware that checking of "Priority" shop drawings may delay the review of other drawings which have already been submitted by the CONTRACTOR and the use of this designation is to be used with discretion. CONTRACTOR'S REVIEW AND CERTIFICATION The CONTRACTOR shall verify that the material and equipment in each shop drawing conforms to the requirements of the Contract Documents. Shop drawings shall be in strict compliance with the Contract Documents and shall bear an executed statement to that effect by the CONTRACTOR. Shop Drawings without this stamp applied will be returned without review. DEVIATIONS FROM CONTRACT DOCUMENTS Requests for deviation from the Contract Documents shall be by CONTRACTOR'S Modification Request as outlined in Paragraph 2.04 of this section of the specification. The CONTRACTOR's Modification Request shall fully identify and describe the deviations and state the reason the change is requested. Any savings in cost related to the substitution is to be stated in the request for consideration. 01301-3 E. REQUIREMENT FOR COMPLETE SHOP DRAWINGS 1. Material in shop drawings shall be in sufficient detail to demonstrate compliance with all requirements of the Contract Documents. Shop drawings shall address material and/or methods of construction , design criteria, performance characteristics, and Special prov isions of the Spec ifications . 2. Shop drawings for systems and related equipment shall include information for all components required for a complete and operat ional system , including electrical, mechanical, and any other information required to indicate how the various components of the system function , and shall be ineluded in the same subm ittal. 3. Where statements of certification, wr itten guarantees, extended se rvice agreements or extended warranties as def ined in Paragraph J are required, they will be provided with the shop drawing . The effective date of the guarantee and service agreements, however, shall not be until the date of acceptance for the project. 4. Shop drawings shall be clearly marked to show the applicable sections of the specifications and sheet in the drawings. Other identification may also be required on drawings such as layout drawings or schedules to allow the reviewer to determine where a particular item is to be used in the project. 5. A minimum of six (6) copies of each shop drawing shall be subm itted . Five (5) copies will normally be retained by the ENGINEER and OWNER. Any remaining copies will returned to the CONTRACTOR . · 6. Shop drawings which do not have all of the info rrn ut ion required for evaluation will be returned without benefit of review and comment. F. CHECKING AND REVIEW OF SHOP DRAWINGS 1. The ENGINEER will review the data for general conform ity to the Contract Documents. Comments will be made on items called to the attention of the ENGINEER for review and verification . Markings will _be based on this examination and do not constitute a blanket review of the shop drawing. The ENGINEER's review does not relieve the CONTRACTOR from any responsibility for errors or deviations from the Contract requirements. Shop drawings which contain substantial error or 2. omissions, or which are not clearly legible , will be returned without benef it of review. Shop drawings will be marked in one of the four following ways: ---· ··· .. ·· ·a. Reviewed: Shop drawings are acceptable without correction and may be distributed for construction and/or manufacture. b. C. d. Furnish as Corrected: Shop draw ings are acceptable with minor corrections as marked and may be used with the corrections noted . Revise and Resubmit: Shop drawings having significant errors or incomplete data shall be revised and resubmitted for subsequent review after corrections have been made or additional materials are available . Rejected : Material or equipment described is not acceptable . 01301-4 G. APPROVAL OF EQUAL SUBSTITUTIONS Where Contract Documents allow substitution of material or equipment as an approved equal to the specified product, shop drawings shall be provided. Shop drawings shall include supporting data to indicate specifically, on a point by point basis for each feature of the design, how the proposed product is equal to or better than the specified product. Deviations from the Contract Documents must be requested and approved as described in Paragraph D. H. SHOP DRAWINGS REQUIRED Shop drawings are required for only those items of equipment or materials where submittals are listed in the individual specification section and for the determination of substitutions for approval as described in Paragraph G of this section. Only these shop drawings will be reviewed. Shop drawings which are not required may be returned with the notation "Not required by this contract." I. OWNER SELECTED OPTIONS Where selections are to be made by the OWNER for color, texture or finish and 'shop drawings are required for that product, shop drawings will be submitted for approval of the materials of construction, composition, etc., prior to the selection of 'finishes by the OWNER. Items requiring selection of finish for wh ich shop drawings are not required shall be furnished as record data. Selection of finish for materials shall be determined as described in Paragraph 2.13. J. CERTIFICATIONS, WARRANTIES AND OTHER REQUIREMENTS Where indicated in the Contract Documents the following items as defined below are to be provided as part of the shop drawing. 1. Certified Test Report - A report prepared by an approved testing agency on the results of tests performed on materials to indicate their compliance with the specifications. Reports are to be numbered consecutively for reference. Retest required to verify compliance with Contract Documents shall be identified with the same number as the original test with a letter to indicate retest, similar to the numbering system used for Shop Drawings. 2. Certification of Local Field Service - A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300-mile radius of the project site. 3. Extended Warranty - A guarantee of performance for the product or system beyond the one-year warranty described in the General Conditions. The Warranty Certificate is to be issued in the name of the OWNER. 4. Extended Service Agreement - A contract to provide operations and maintenance for equipment as specified beyond that required to full requirements for warranty repairs; or to perform routine maintenance at some period beyond the warranty period. The Service Agreement is to be issued in the name of the OWNER or RESIDENT. 01301-5 s. Certification of Adequacy of Design -A certified letter from the manufacturer of the equipment stating that they have designed the equipment offered to account for structural stability to withstand all imposed loads without deformation, failure or adversely affecting the operational requirements of the unit; and operational capability, including mechanical and electrical equipment sizing to be fully operational in accor~ance with the conditions specified . 6. Certification of Applicator/Subcontractor Qualifications -A certified letter stating that the applicator/subcontractor proposed to perform a specified item of work is duly designated as factory-authorized and trained for the application or installation of the specified product. 2.06 RECORD DATA A. Record data shall be submitted to provide information as to the general character, style and manufacturer of the equipment to allow the OWNER to adequately identify the materials or equipment incorporated into the project. Record data shall be provided for all equipment and materials of construction. Record data are not requ ired for items for which Shop Drawings and or operations and mainteni:l,nce manuals are required. s. :"-l ecord data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, model numbers and other information which would allow this material to be replaced at some future ,date. Record data will be received by the ENGINEER and logged for transmittal to the OWNER. Record data will not be reviewed for comment and no response will be made to the CONTRACTOR. 2.07 PROJECT INFORMATION REQUEST A. When it is necessary for the CONTRACTOR to request additional information, interpretation of the Contract Documents, or when the CONTRACTOR believes there is a conflict between the drawings and specifications, he shall identify the conflict and request clarification using the Project Information Request form . Use of this form will allow requests for information to be routed to OWNER, design engineers, design consultants or others through the ENGINEER and allow these requests to be monitored to determine that clarification is provided when needed . Sufficient information shall be attached to permit a written response without further information. B. The ENGINEER will log each request and will review the request to determine that the information provided is adequate. If information is not adequate, the request will be returned for additional information . When adequate information is provided, the request will be reviewed and a response made. If a change is required, the ENGINEER will initiate a Proposed Contract Modification. If no change is required the ENGINEER will provide additional information required to help the CONTRACTOR comply with the Contract Documents. 01301-6 2.08 NOTIFICATION BY CONTRACTOR A. Written notification of the need for testing, observation work by ENGINEE~. intent to work outside of regular working hours, or the request to shut down the facilities or make utility connections shall be given to the ENGINEER by issuance of a Notification by Contractor on a form provided by the ENGINEER. END OF SECTION 01301-7 PART 1 GENERAL 1.01 SUMMARY SECTION 01130 MEASUREMENT AND PAYMENT A. Payments for work shall conform with the provisions of the Instructions to Bidders, General Conditions, the Special Conditions, the Proposal, the Agreement, the Plans, and this Section. B. Submit request for partial payment at the prices indicated in the Proposal. 1. Prices for each bid item in the proposal shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds and insurance. b. Professional services, including but not limited to engineering and legal fees. c. The products to be permanently incorporated into the project. d. The products consumed during the construction of the project. e. The labor and supervision to complete the project. f. The equipment, including tools, machinery and appliances required to complete the project. g. The field and home office administration and ov 0 ~h~ad costs related directly or indirectly to the project. 2. Prices bid shall include the work not specifically set forth as an individual payment item. These items are considered to be a subsidiary obligation of the CONTRACTOR and the cost for these items shall be included in the bid prices. 3. Payment shall be based on the actual quantity of work completed per Contract Documents and measured per this Section . 1.02 SCHEDULE OF VALUES AND PAYMENTS A. Submit a detailed schedule of values for the work to be performed on the project. 1. Submit schedule at the pre-construction conference. 2. Line items in the proposal are to be used as line items in the schedule. 3. Payment will be made on the quantity of work completed per Contract Documents during the payment period and as measured per this Section. a. Payment amount shall be the work quantity measured multiplied by the unit prices for that line item in the Proposal. b. Payment on a unit price basis will not be made for work outside finished dimensions shown in the Contract Documents, c. Partial payments will be made for lump sum line items in the Proposal. 1) Lump sum line items in the Proposal are to be divided to allow easy determination of the percentage of the item that has been completed. (a) Provide adequate detail to allow easy determination of the percentage of work completed for each item . (b) Items, with the exception of equipment packages, are not to exceed $50,000.00. (c) Include a directly proportional amount of CONTRACTOR's overhead and profit for each line item . 01130-1 (d) Divide principal subcontract amounts into an adequate number of line items to allow determination of the percentage of work completed for each item. 2) These line items may be used to establish the value of work to be added or deleted from the project. 3) The sum of values listed in the schedule shall equal the total contract amount. 1.03 PAYMENT PROCEDURES See General Conditions and Special Conditions for payment procedures. 1.04 ALTERNATES Not Used. 1.05 MEASUREMENT AND PAYMENT PROCEDURES The "Bid Price" for each and every Item, as set forth in the proposal , shall include the furnish ing of all labor, tools, materials , machinery, appliances, and equipment appurtenant to and necessary for the construction and completion in a first class, workmanlike manner of all work as herein specified in strict accordance with these specifications and accompanying plans. The "Bid Price" shall also include any and all kinds , amount or class of excavation, backfilling, pumping , or drainage, sheeting , shoring and bracing, disposal of any and all surplus materials, protection of all overhead, surface or underground structures; removal and repl acement of any poles, conduits, pipelines, appurtenances and connections , cleaning up, overhe··.: · · i ense, bonds, public liability and compensation and property damage insurance, patent fees, .::11 0 royalties, risk due to the elements, mobilization and demobilization, and profits, unless otherwise specified. The bid price shall also include all other incidentals not specifically mentioned above that may be required to fully construct each and every Item complete in place in accordance with the true intent and meaning of the specifications and accompanying plans. The Contractor shall take all measures n·ecessary to protect existing structures , lawns, trees, shrubbery, etc., on the areas adjacent to the work, that are not necessary to remove or cut as a part of the construction, and if damaged, shall replace them in as good condition or better than previously existed at his own cost and expense without additional compensation from the Owner. The Contractor shall protect and save all trees located on leased lots or between the property lines and the street right-of-way, and all trees noted in the plans and as instructed by the Owner without additional compensation by the Owner. Bid Items listed in the Proposal are described below, along with the manner in which payment shall be awarded for each item . If there is not a bid item provided for work identified in the Plans or Specifications, it shall be understood to be subsidiary to construction, measurement and payment of one of the following Bid Items provided below. GENERAL ITEMS General items are applicable to both the water and sewer lines jointly. Bid ltem(s) 1 Measurement and payment Flowable Fill shall be made per linear foot measured along the centerline of the pressure pipe as indicated on the plans. Payment for Flowable Fill shall be per linear foot includes excavation , backfill and embedment for the area excavated, complete and in place. Payment for Flowable Fill shall be per linear foot at the unit price bid only as authorized by the Owner's Representative. Flowable fill not directly noted on the plans however installed shall not be paid under this item and shall be incidental to the payment of the pressure p ipe. 01130-2 2 Measurement and payment for Rock Rip rap shall be per square yard of riprap installed as listed in the Proposal and as shown on the Plans. This item shall include furnishing the rock riprap including excavation, rock, filter fabric (no separate payment), crushed rock and associated items per plans, specifications, and Special Conditions DA-39, and includes all labor and equipment required to complete the work in place. 3 Measurement and payment for Permanent Asphalt Repair shall be per linear foot of asphalt pavement repaired and shall be full compensation for replacing pavement removed from street, driveway and / or sidewalk following backfill and compaction of trench as shown on drawings and other work necessary for acceptable installation including concrete sub-base as necessary completely in place. Measurement and payment shall be actual horizontal length along center line of pipe, where trenching is used to install piping main across an existing asphalt paved surface. Repairs shall not be paid for laterals and service called out as bored installations. 4 Measurement and payment of Seeding and Geotextile Blanket shall be per linear foot of seeding and geotextile and shall be full compensation for seeding , laying, cutting, and anchoring blanket on all disturbed soil and watering per Specification 02778 "Erosion Control Blanket," and other work necessary to achieve an acceptable growth of grass. Contractor is encouraged to minimize the area of disturbance. Measurement and payment shall be horizontal length along centerline of pipe. 5 Measurement and payment for Trench Safety System shall be made per linear foot of ·. ·~11ch deeper than 5 feet per Special Conditions . Payment for "Trench Safety'' shall be at t he unit price bid, which payment shall constitute full payment for furnishing all parts, labor, materials, equipment, and incidentals necessary to complete the work specified, including the safety system development, design, implementation and removal. The "Trench Safety" plan shall be signed and sealed by an engineer licensed in the state of Texas. The plan shall be included in the payment of the "Trench Safety'' item. The plan shall be submitted prior to construction activities. 6 Measurement and payment for SWPPP shall be unit price bid per lump sum shall be full compensation for furnishing and installing a storm water pollution prevention system and shall include all permits; design and all material and labor necessary to provide a pollution prevention system in accordance with the specifications, and including additional measures as may be required to meet local codes and ordinances, proper maintenance of the system during and after construction and proper removal and disposal when completed. Payment for storm water pollution prevention shall be 50 percent coinciding with payment of pipeline, and 50 percent at establishment of ground cover to 70 percent coverage and cleanup of pollution control measures. SECTION A-WATERLINE Bid ltem{s) 1,2 Measurement and payment for Pressure Pipe by Open Cut shall be per linear foot of pressure pipe installed as listed in the Proposal and as shown on the Plans, measured horizontally from the center of fittings, or end of pipe without any deduction for the length of intermediate fittings, specials, or valves. Payment made at the unit price bid for this item shall be for pipe and fittings as shown on the Plans. Payment for this bid item shall be made only for pipe having the specified pressure class. Payment will not be made for different classes unless approved by Owner. Payment shall include furnishing, hauling and laying of pipe, fittings, and pumping where necessary; site preparation, including clearing and grubbing, trench excavation and backfilling, including embedment material; all blocking, including concrete and rebar; 01130-3 plugs; dirt road replacement; rock or gravel driveway/road replacement; asphalt or concrete driveway replacement; removal/replacement of topsoil including any additional topsoil that may be required from off-site sources; replacing landscaping to condition as good or better than existed prior to construction ; protecting or replacing existing structures, sidewalks or utilities; protection or relocation of existing utilities where indicated; protecting or replacing existing irrigation and sprinkler systems; disposal of surplus materials; preparation of traffic control plans and maintaining safe traffic flow on existing streets and construction of temporary detours if necessary; constructing, maintaining, and removing temporary fencing; cleaning up and maintenance; removal and replacement of existing fencing or gates; sign replacement; surveying and replacement of monuments; dust control; removal of mud from roadways; connections to existing pipelines, including all appurtenances; construction signs, and any incidental work and materials not otherwise provided for in these Specifications. Construction and maintenance of required access roadways and driveways, flexbase backfill, extra coarse gravel for utility crossings, replacement of sidewalks and drainage structures, test plugs used for testing the line, for trenching, depth of installation, boring, connection to existing water lines, removal of the thrust blocking , saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, pigging , purging, sterilization with chlorination and dechlorination, transition pieces , concrete blocking, fencing , joint restraints, topsoil, and replacement of structures but will be considered subsidiary to installing the pipe and shall be included in the unit price bid . Joint restraint devices shall be included in the unit price bid for pipe. Flowable fill encasement required for deep trench sections shall be made incidental to the unit price bid for pipe; flowable fill for stabilization as indicated on plans shall be paid by separate item. All testing of pipe and associated items necessary for installation of the pipe shall be included in this pay item. Payment for pipe shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities and relocate existing utilities as necessary for construction of main line pipe. Payment shall include all costs required to have utility companies repair any damage inflicted to their line by the Contractor and any clean up, property damages, fines, etc., resulting from damage inflicted to any utility line by the Contractor. Upon completion of pipe laying, backfilling, and consolidation of trench backfill, payment will be allowed for 80% of the unit contract price per linear foot. The remaining 20% will be allowed when the property affected by construction operations has been completely restored to its original, or required condition, including fence replacement, grading , hydromulch seeding, and removal of all equipment or materials related to construction. No separate payment will be made for rock excavation, and the cost thereof shall be included in unit price bid. The Contractor is responsible for any property damage caused by his operation. All special easement requirements as listed on the Plans or in the Specifications shall be made incidental to this bid item. If an existing utility, sidewalk, driveway, roadway or structure is damaged or must be relocated for construction, the cost of the repair or relocation shall be borne by the Contractor. 3 Measurement and payment for 8-inch Pressure Pipe by Other Than Open Cut Methods, shall be per linear foot as shown on the Plans. 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 includ ing casing pipe and flowable fill as shown on plans. The furnishing of all materials, casing pipe, carrier pipe, pipe coatings, stainless steel spacers, end seals, grout, liner materials required for installation, for all preparation, hauling and installing of same, any dewatering, pumping, or bypass pumping, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown. Installation and works complete shall conform to all plans, specifications, and Special Conditions. All conditions included in the payment item for pipe by open cut shall be jointly administered to this pay item when applicable. 01130-4 4 Measurement and payment for Pipe Fittings for less than 16 inch diameter pipe, shall be made at the unit price per ton of ductile iron fittings at various locations, for all types, and sizes shown in the proposal and plans and shall be full compensation for furnishing and installing the fittings; all required accessories and appurtenances; saw cutting and removing pavement, driveways, and sidewalks; removing all utilities: trenching and dewatering; transition pieces, closure pieces, concrete blocking , fencing, backfill and embedment material; conducting hydrostatic testing, purging, and sterilization; and for cleanup, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for the ductile iron fittings will be the actual weight of fitting installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking, fencing, joint restraints , replacement of structures, but will be considered subsidiary to installing fittings . 5,6 Measurement and payment for Gate Valve with Valve Box at locations and sizes shown in the proposal and included in the contract shall be full compensation for furnishing and installing the gate valve and box or manhole; all required accessories and appurtenances; saw cutting and removing pavement, driveways, and sidewalks; removing all utilities; trenching and dewatering; transition pieces, closure pieces, concrete blocking, joint restraint, fencing, backfill and embedment material ; conducting hydrostatic testing, purging, and sterilization, and for cleanup, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. All gate valves used shall be clockwise open . Measurement for the gate valve and box or manhole will be the actual number installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking, fittings, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around valve box or manhole, but will be considered subsidiary to installing the valve. 7 Measurement and payment for Fire Hydrants shall be made per each. The unit price per each for fire hydrants at locations shown in the proposal and included in the contract shall be full compensation for furnishing and installing the fire hydrant; all required accessories and appurtenances; saw cutting and removing pavement, driveways, and sidewalks; removing all utilities: trenching and dewatering; transition pieces, closure pieces, concrete encasement, concrete blocking, joint restraint, fencing, backfill and embedment material; conducting hydrostatic testing; and for cleanup, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for the fire hydrants will be the actual number installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around fire hydrant, but will be considered subsidiary to installing the hydrant. 8 Measurement and payment for Fire Hydrants Barrel and Stem Extension shall be made per Vertical Foot. The Fire Hydrant Extension Sections Bid Item is intended to be used when there is a need to elevate the fire hydrant due to the natural topography at locations not shown in the Plans, or the Specification. The unit price bid per vertical foot of extension shall be full compensation for barrel extension section and extension rod with connectors for furnishing and installing fire hydrant extension sections at any locations within the pipeline project, which is not shown in the Plans or the Specification. Payment will be made on the actual quantity authorized in writing by the OWNER. 01130-5 Measurement for the extension at various locations shall be the actual vertical length along the centerline of the extension, from end to end, with no deduction in length made for valves, fittings and adapters. No separate measurement will be made for payment for trenching, boring, connection to existing water lines, removal of the thrust blocking, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, pigging, purging, sterilization with chlorination and dechlorination, transition pieces, concrete blocking, fencing, joint restraints, topsoil, and replacement of structures but will be considered subsidiary to installing the extensions. 9 Measurement and payment for Meter Box-Class A, shall be made at the Unit price per Each meter box, supplied and installed on a service line, and shall be full compensation for saw cutting and removing pavement, driveways and sidewalks: removing all utilities; trenching and dewatering; for furnishing and installing any copper pipe, transition pieces, closure pieces, concrete blocking, shutoff valves, fittings, fencing, backfill and embedment material, hydrostatic testing; and for clean up, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for meter box shall be the actual number supplied and installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, fittings, fencing, joint restraints, topsoil, replacement of structures but will be considered subsidiary to installing a meter box. 1 O Measurement and payment for 1-inch Water Service shall be unit price bid per linear foot of service line, at all depths at: ·: the various locations shown in the proposal and included in the Contract shall be full compensation for saw cutting and removing pavement, driveways and sidewalks; bore under pavement, driveways and sidewalks; removing all utilities: trenching and dewatering; for furnishing and installing copper pipe, corporation stop pipe detection tape, transition pieces , closure pieces, concrete blocking, shutoff valves, fittings, fencing, backfill and embedment material, hydrostatic testing, disinfection; and for clean up , disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for service line shall be the linear foot of the service lines routed to property line. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, fittings, fencing, joint restraints, topsoil, replacement of structures but will be considered subsidiary to installing the Pipe. 11 Measurement and payment for Service Tap shall be unit price bid per each tap, at all depths and at the various locations shown in the proposal and included in the Contract shall be full compensation for saw cutting and removing pavement, driveways and sidewalks; removing all utilities: trenching and dewatering; for furnishing and installing copper pipe, corporation stop, corporation stop pipe detection tape, transition pieces, closure pieces, concrete blocking, shutoff valves, fittings, fencing, backfill and embedment material, hydrostatic testing, disinfection; and for clean up, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for service taps shall be the actual number of taps . No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, fittings, fencing, joint restraints, topsoil, replacement of structures but will be considered subsidiary to installing the Pipe. 12 Measurement and payment for Pressure Reducing Valve (PRV) shall be unit price bid per each valve for acceptable installation completely in place. 01130-6 Measurement for RPV shall be the actual number of valves . No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, fittings, fencing, joint restraints, topsoil, replacement of structures, but will be considered subsidiary to installing the Pipe . 13 Measurement and payment for 2-inch Temporary Water Service shall be shall be made per lump sum and shall fulfill all requirements in accordance with Special Conditions Item D-51 .8. Lumps sum shall include all required pipe, appearances, installation and removal. Any damage to structures of existing conditions in providing temporary service shall be repaired equal or better condition as authorized by the Owner's Representative, no separate payment shall be made for restoration of existing conditions. SECTION B -SANITARY SEWER Bid ltem(s) 1,2,3,4 Measurement and payment for pipe shall be per linear foot of pipe installed as shown on the Plans, measured horizontally from the center of manhole, or end of pipe without any deduction for the length of connections fittings or manholes. Payment made at the unit price bid for this item shall be for pipe as shown on the Plans. Payment for this bid item shall be made only for pipe having the specified stiffness class . Payment will not be made for different classes unless approved prior to installation by Ow r · •ayment shall include furnishing, hauling and laying of pipe, fittings, and bypass pu rn; ... g where necessary; site preparation, including clearing and grubbing, trench excavation and backfilling, including embedment material; all blocking, if necessary, including concrete and rebar; plugs; concrete encasement; flowable fill; clay dams or clay collars; dirt road replacement; rock or gravel driveway/road replacement; replacement of topsoil including any additional topsoil that may be required from off-site sources; replacing landscaping to condition as good or better than existed prior to construction; protecting or replacing existing structures, sidewalks or utilities; protection or relocation of existing utilities where indicated; protecting or replacing existing irrigation and sprinkler systems; disposal of surplus materials; preparation of traffic control plans and maintaining safe traffic flow on existing streets and construction of temporary detours if necessary per Special Conditions; constructing, maintaining , and removing temporary fencing; cleaning up and maintenance; sign replacement; surveying and replacement of monuments; dust control; removal of mud from roadways ; connections to existing pipelines, including all appurtenances; reconstruction of earthen dam; and. any incidental work and materials not otherwise provided for in these Specifications. Construction and maintenance of required access roadways and driveways, flexbase backfill, extra coarse gravel for utility crossings, replacement of sidewalks and drainage structures, and test plugs used for testing the line shall be included in the unit price bid . Flowable fill encasement required for deep trench sections shall be made incidental to the unit price bid for pipe. All testing of pipe and associated items necessary for installation of the pipe shall be included in this pay item per specifications, manufacturer specifications, and City of Fort Worth standards. Payment for pipe shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities and relocate existing utilities as necessary for construction of main line pipe. Payment shall include all costs required to have utility companies repair any damage inflicted to their line by the Contractor and any clean up, property damages, fines, etc., resulting from damage inflicted to any utility line by the Contractor. Upon completion of pipe laying, backfilling, and consolidation of trench backfill , payment will be allowed for 80% of the unit contract price per linear foot. The remaining 20% will be allowed when the property affected by construction operations has been completely restored to its original, or required condition, including fence replacement, grading, hydromulch seeding, and removal of all equipment or materials related to construction . 01130-7 No separate payment will be made for rock excavation, and the cost thereof shall be included in unit price bid. The Contractor is responsible for any crop or other property damage outside the easement, caused by his operation. Any special easement requirements as listed on the Plans or in the Specifications shall be made incidental to this bid item. If an existing utility, s idewalk, roadway or structure is damaged or must be relocated for construction, the cost of the repair or relocation shall be borne by the Contractor. 5 Measurement and payment for Sewer Pipe by Other Than Open Cut Methods shall be per linear foot as shown on the Plans . 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 including casing pipe and flowable fill as shown on plans . The furnishing of all materials, casing pipe, carrier pipe, pipe coatings, stainless steel spacers, end seals, grout, liner materials, and any other incidental required for installation, for all preparation , hauling and installing of same, any dewatering , pumping, or bypass pumping , and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown. Installation and works complete shall conform to all plans, specifications, and Special Conditions. All conditions included in the payment item for pipe by open cut shall be jointly administered to this pay item when applicable. 6, 7 Measurement and payment for Isolation Valve at locations and sizes shown in the proposal and included in the contract shall be full compensation for furn ishing and installing the valve and all required accessories and appurtenances; saw cutting and removing pavement, driveways, and sidewalks; removing all utilities; trenching and dewatering; transition pieces, closure pieces, concrete blocking, joint restraint, fencing, bac_kfill and embedment material; conducting hydrostatic testing, purging, and sterilization, and for cleanup, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. All gate valves used shall be clockwise open. Measurement for isolation valve will be the actual number installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging , sterilization, transition pieces, concrete blocking , fittings, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around valve box or manhole, but will be considered subsidiary to installing the valve. 8,9 Measurement and payment for Service Connection and Service Tap shall be unit price bid per each service and tap, at all depths and at the various locations shown in the proposal and included in the Contract shall be full compensation for saw cutting and removing pavement, boring, driveways and sidewalks; removing all utilities: trenching and dewatering; for furnishing and installing HOPE pipe, corporation stop, corporation stop pipe detection tape , transition pieces, closure pieces, concrete blocking, shutoff valves, fittings, fencing, backfill and embedment material, hydrostatic testing, disinfection; and for clean up, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for service taps shall be the actual number of taps. No separate measurement will be made for payment for trenching, boring, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, fittings, fencing, joint restraints, topsoil, replacement of structures but will be considered subsidiary to installing the Pipe. 10 Measurement and payment for 1.25-inch House Connection Sewer Service shall be unit price per each to furnish and install 1.25-inch IPS DR 11 HOPE sewer pipe and 01130-8 fittings for service line between service tap and grinder pump station, including 100 linear feet of service line at all depths and at the various locations shown in the proposal and included in the Contract shall be full compensation for saw cutting and removing pavement, driveways and sidewalks; bore under pavement, driveways and sidewalks; removing all utilities: trenching and dewatering; for furnishing and installing copper pipe, corporation stop pipe detection tape, transition pieces, closure pieces, concrete blocking, shutoff valves, fittings, fencing, backfill and embedment material, hydrostatic testing, disinfection; and for clean up, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place . Measurement for service line shall be per each and limited to the linear footage of the service lines routed between the centerline of the low pressure main and the grinder station limited to 100ft of line. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces , fittings, fencing, joint restraints, topsoil, replacement of structures but will be considered subsidiary to installing the pipe. 11 Measurement and payment for 1.25-inch Addition Length Sewer Service Connection shall be unit price bid per linear foot of service line ; measured in excess of the 100 ft allowance under Sewer Service Connection . All cond itions of the service connection measurement and payment jointly apply to this item. Measurement for service line shall be the linear foot of the service lines required above the 100ft allowance. No separate measurement will be made for paym "n': for trenching, depth of installation, saw cutting and removal of pavemen: ,idewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transitio,, pi eces, fittings , fencing, joint restraints, topsoil, replacement of structures but will be considered subsidiary to installing the pipe. 12 Measurement and payment for Plug Valve and Box at locations and sizes shown in the proposal and included in the contract shall be full compensation for furnishing and installing the valve and box; and all required accessories and appurtenances; saw cutting and removing pavement, driveways, and sidewalks; removing all utilities; trenching and dewatering; transition pieces, closure pieces, concrete blocking , joint restraint, fencing, backfill and embedment material; conducting hydrostatic testing, purging, and sterilization, and for cleanup, disposal , replacing utilities and structures, and other work necessary for acceptable installation completely in place. All valves used shall be clockwise open. Measurement for plug valve will be the actual number installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking , fittings, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around valve box or manhole, but will be considered subsid iary to installing the valve. 13 Measurement and payment for Simplex Grinder Pumps has been prearranged by the owner for purchase of the required units and shall be paid at listed value upon delivery to site. 14 Measurement and payment for Installation of Simplex Grinder Pump Station shall be per each and shall be per the requirements of specification Section 11073, including 1.25-inch IPS DR 11 HDPE and accessories for discharge lines and connection to service assembly, excavation, concrete anchoring, inlet and discharge pipe connections, electrical connections and controls, backfilling pavement repair, topsoil and sod around pump station, connection to service line, test the system with test water provided by the Contractor, as specified or as shown in the proposal and included in the contract shall be full compensation for furnishing and installing the station and all required accessories and appurtenances; saw cutting and removing 01130-9 pavement, driveways, and sidewalks; removing all utilities; trenching and dewatering; transition pieces, closure pieces, concrete blocking, joint restraint, fencing, backfill and embedment material; conducting hydrostatic testing, purging, and sterilization, and for cleanup, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. Measurement for pump stations will be the actual number installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and s idewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking, fittings, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around the station, but will be considered subsidiary to installation. 15 Measurement and payment for providing and mounting grinder pump station control panel to the side of the home, including underground conduit and cable for connection of control panel to grinder pump, insulated conduit and cable for connection between control panel and electrical disconnect, excavation, backfilling, pavement repair, topsoil replacement, fittings and accessories, in accordance with the plans and specifications shall be per each. All requirement of grinder station installation jointly apply to the installation of Controls. Contractor shall coordinate with the home owner for mounting location, said coordination is considered subsidiary to the installation of the Control Box. 16 Measurement and payment for furnish a survey document of the grinder pump installation shall be per each installation completed. Survey and documentation shall be performed by a competent surveyor .' .-. __;ed in the State of Texas and in good standings. Survey shall document cover tile extents of each installation from the service tap location to the grinder station, all controls and appurtenances. Surveys shall be present with As Constructed documentation. 17 Measurement and payment for Flushing Station at locations and sizes shown in the proposal and included in the contract shall be full compensation for furnishing and installing the flushing station as detailed including ; all required accessories and appurtenances; saw cutting and removing pavement, driveways, and sidewalks; removing all utilities; trenching and dewatering ; transition pieces, closure pieces, concrete blocking, joint restraint, fencing, backfill and embedment material; conducting hydrostatic testing, purging, and sterilization, and for cleanup, disposal, replacing utilities and structures, and other work necessary for acceptable installation completely in place. 18, 19 20 Measurement for the Flushing Stations will be the actual number installed. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking, fittings, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around the installation, but will be considered subsidiary to installation . Measurement and payment for Manholes Standard 5 Ft Diameter shall be per each . The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating for the depth required, and associated items per plans, specifications, and Special Conditions D-26. Payment for concrete collar, and watertight coating shall be covered by separate pay items. All conditions of the sewer line installation shall jointly control manhole installations. Measurement and payment for manhole collar shall be per each manhole collar, installed as shown on the Plans. This item shall include furnishing the manholes collar including the collar, concrete, rebar, and associated items per plans, specifications, and Special 01130-10 Conditions D-26, and includes all labor and equipment required to complete the work in place. All conditions of the manhole installation shall jointly control. 21 Measurement and payment for installing a protective coating on the interior of all manholes shall be per vertical foot of the inside of the manhole, measured from the top of the corbel or flat top to the top of the bench. This item shall include all materials, equipment, all material testing necessary, and associated items per plans, specifications, and Special Conditions DA-9 through DA-17 , and includes all labor and equipment required to complete the work in place. Grouting, if necessary, shall be included with this item. Respective Special Condition DA-12 through DA-17 shall apply based on coating system used. 22 Measurement and payment for Manhole -Vacuum Testing of sanitary sewer manholes shall be per each successful vacuum test. This price shall include all material, labor, equipment, and all incidentals, required to complete the test as per specifications and Special Condition D-35. 23 Measurement and payment for inspection, post construction cleaning and televising the pipeline shall be per linear foot of pipeline installed as listed in the Proposal and as shown on the Plans. This item shall include furnishing all equipment necessary to inspect, clean, televise, and record the sewer line after construction including all associated items per plans, specifications, and Special Conditions D-37 , and includes all labor and equipment required to complete the work in place. 24 Measurement and payment for abandon existing manhole and plug line shall be per each and i., ··;i de all require materials, labor and incidentals required for the complete cutting and plugging of the existing line as shown in the plans. No separate measurement will be made for payment for trenching, depth of installation, saw cutting and removal of pavement and sidewalks, disposal, dewatering, hydrostatic testing, purging, sterilization, transition pieces, concrete blocking, fittings, fencing, joint restraints, replacement of structures, or furnishing and installing topsoil around the installation, but will be considered subsidiary to installation. 25 Measurement and payment for bypass pumping shall be lump sum complete, including the documentation of the pumping plans, notification of any required service interruptions and all equipment and incidentals require for the bypass. END OF SECTION 01130-11 1.00 GENERAL 1.01 WORK INCLUDED SECTION 02226 PIPE BORING A. All labor, materials, and equipment required to furnish and install pipelines by boring . s. The CONTRACTOR shall conform to the requirements of the CITY construction specifications. All work necessary .to meet these requirements shall be considered incidental to the installation of the pipeline in the rights-of-way . 1.02 SUBMITTAL$ A. Record Data: Submit for record purposes only detailed drawings, data, and design calculations for encasement pipe, tunnel liner plate, fasteners, coatings and miscellaneous fittings in conformance with the Contract Documents. B. Certificate: Submit certificates of compliance with referenced standards for all products specified in Part 2. 2.00 PRODUCTS 2.01 PIPELINE ENCASEMENT A. Casing Pipe: 1. Material: A-36 steel. 2. Exterior and interior coating: Coal tar epoxy in accordance with AWWA C210. 3. Nominal diameter: Minimum 12 inches larger than bell OD of carrier pipe, unless otherwise indicated. 4. Wall thickness: Encasement shall be sufficient to support loads indicated on drawings plus a surcharge of 10-feet of material. Contractor shall submit calculations from the pipe manufacturer that shows that the casing pipe is sufficient to support such loads along with a drawing and design , sealed by a Texas Professional Engineer. Minimum wall thickness of casing shall be 0.375 inches in all areas, regardless of design. 5. Minimum yield stress: 36,000 psi. 6. Type of joint: Welded in conformance withAWWA C206. 7. Method of installation: Boring. 02226-1 B. Casing pipe shall be located as required by the specifications and as shown on the Drawings , or as directed by OWNER. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. When boring pipe from a point starting below the ground surface, suitab le pits or trenches shall be excavated for the purpose of conducting these ope rations and for placing end joints of the pipe . 2. Such pits and trenches shall be sheathed securely and braced in a manner satisfactory to prevent earth caving . Open excavations shall be adequate ly barricaded for safety of personnel and/or livestock in the area . 3. The pits and trenches shall be' backfilled after these construction operations are completed and excess excavated material shall be disposed of as specified. 4. Pipes installed under streets, or other facilities by these construction methods shall conform to the following: a. All work shall be performed during daylight hours . b. Construction shall be done in such a manner that will not interfer'-'! with the operation of the transportation facilities . c. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained until backfilling has been completed .. d. Construction shall not weaken or damage any embankment or structure. e. · All backfilling of open excavations within these rights-of-ways shall be compacted to 95 percent of the maximum dry density. . 5. Any pipe damaged as a result of the construction operations shall be removed and replaced by the CONTRACTOR at no add itional costs. 6. Dewatering : a. All water used or encountered during construction by boring, jacking or tunneling by the CONTRACTOR is the responsibility of the CONTRACTOR and measures shall be provided by the CONTRACTOR in such a manner that the water will not damage public or private property or create a nuisance or health menace. b. The CONTRACTOR shall provide and operate pumps, pipes, and equipment to keep all excavations and accesses free from water until the pipeline is installed and backfilling has been completed. c. The CONTRACTOR shall provide all power and facilities necessary to operate the pumps and equipment. d. Water, if odorless and stable, may be discharged into an existing storm drain, channel, or street gutter in a manner approved by the OWNER. e. When required, a means of desilting the water before discharging shall be provided . 02226-2 B. Boring: 1. Holes may be bored mechanically and shall be done using a pilot hole . 2. A 2-inch ,pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade on both sides of the embankment. 3. The pilot hole shall serve as the centerline of the larger diameter hole to be bored. 4. Use of water or other fluids in connection with boring operations shall be permitted only to lubricate cuttings. 5. Jetting shall not be permitted on 3-inch or larger pipelines . 6. Gel-forming colloid~I drilling fluid consisting of at least 1 O percent high grade carefully processed bentonite may be used in unconsolidated soil formations to : a. consolidate cuttings. b. seal the bore hole walls . c. provide lubrication for subsequent removal of cuttings. d. provide immediate lubrication for installing the pipe. 7. All voids created because of any over cutting shall be filled by pressure grouting the entire length of the pipe boring installation, per grout specifications. END OF SECTION 02226-3 PART 1 -GENERAL 1.01 SCOPE SECTION 02778 EROSION CONTROL BLANKET The CONTRACTOR shall furnish all labor, materials, tools , superv ision, transportation , and installation equ ipment necessary for the installation of the erosion control blankets , as spec ified herein . 1.02 REFERENCES The current ASTM Standards on Geosynthetics, sponsored by ASTM Comm ittee 0-35, apply to these specifications. 1.03 MATERIALS: REQ L , .:.:,v1 ENTS FOR EROSION CONTROL BLANKETS A. Surface slope less than 3:1: . 1. General : Provide 100 percent biodegradable mat with a 100 percent straw fiber matrix. 2. Matrix: 100 percent straw fiber shall be evenly distributed over the entire mat at a density of 0.5 lbs/sy. 3. Netting: Biodegradable, natural organic f iber thread shall be woven into approximate 1/2-inch x 1-inch mesh. Netting should weigh approximately 9.3 lbs/1 000 sf. 4. Provide North Amer ican Green S75BN or approved equal. B. Surface slope 3: 1 or greater: 1. General: Provide 100 percent biodegradable mat with a straw and coconut fiber matrix. 2. Matrix: Homogeneous mixture of 70% straw at 0.35 lb/sy and 30% coconut fiberat 0.15 lb/sy shall be evenly distributed over the entire mat at a density of 0.5 lbs/sy. 3. Netting: Biodegradable, natural organic fiber thread shall be woven into approximately 1/2-inch x 1-inch mesh on both sides of the blanket. Netting should weigh approximately 9.3 lbs/1000 sf. 4. Provide North American Green SC1508N or approved equal. 1.04 SUBMITTAL$ A. Property values specification: The CONTRACTOR shall submit the manufacturer's specification information which indicates the property values of the products that are to be submitted for use on the project. 02778-1 B. Samples: A sample (12-inch by 12-inch) of each erosion control blanket will be submitted along with the specification data. PART 2 -INSPECTION AND TESTING 2.01 SHIPPING, STORAGE AND HANDLING A. General: The erosion control blankets shall be shipped, stored and handled in accordance with manufacturers' written recommendations and as specified herein. The CONTRACTOR will be responsible for shipping, storage and handling. s. Roll Identification: Each roll will be labeled either by printing directly on the erosion control blanket or tagged with name of manufacturer, product number, and physical dimensions. The label or tag information shall be affixed or attached to the roll at all times during deployment of the roll. The roll identification number and manufacturer name will also be marked on the protective covering. c. Handling: No hooks, tongs or other sharp tools or instruments shall be used for handling erosion control blanket rolls. The erosion control blankets shall not be dragged along the ground. D. Site Storage: Erosion control blanket rolls shall be protected from ultraviolet (UV) light exposure, precipitation or other inundation, soil, mud , dirt, debris, puncture , cutting, or other damaging or deleterious conditions. The erosion control blankets shall not be stored directly on the ground . 2.02 GEOTEXTILE INSPECTION Prior to installation, the CONTRACTOR shall visually inspect all erosion control blanket rolls for imperfections and possible damage. All defective rolls shall be marked and repaired in accordance with manufacturer approved methods. PART 3-INSTALLATION 3.01 PLACEMENT A. The erosion control blanket shall be installed as described in this specification, as shown on the Plans, or in accordance with manufacturer approved installation procedures. B. Cleanup within the work area will be an ongoing responsibility of the CONTRACTOR. Particular care will be taken to ensure that trash, tools, stakes, or other materials are not trapped beneath the erosion control blanket. 3.02 DEPLOYMENT Erosion control blankets shall be deployed free of wrinkles and folds. On slopes, the erosion control blankets shall be anchored at the top and unrolled down the slope. 02778-2 3.03 . REPAIRS A. CONTRACTOR shall make site inspections weekly and repair all damage to erosion control blanket. Provide additional anchors to secure blanket as needed . B. Erosion control blanket repairs will be made with patches of the same erosion control blanket material. 3.04 JOINING METHODS Overlap erosion control blanket blankets per manufacturer's recommendations for best results. Blankets shall be anchored using 4-inch UV-degradable plastic pins or 6-inch wire staples. Pins or staples shall be applied in accordance with manufacturer's staple pattern guide. 3.05 COVER Exposure: The erosion control blanket shall cover all backfill and disturbed soil as indicated on the Plans . Within 24 hours of application, erosion control blanket shall be thoroughly ~aturated with water and kept moist until grass completely covers the blanketed surface . END OF SECTION 02778-3 ,~l)J~ts . • . · j.JJ-1 SCQBE',0FWO'IRK · }:,x,:ii;;l €> , ·· · . ' . : ·~ .. ~ . t~:>;?: . . }\ ~,:':/.-.. :. ·' .. . ·' :• '· ·:-, : . .· .. ··.· : .· ::·\-/ ~:JI, .. • ,,~!71111J:li~ .,i_\/ ........ . . . .' rvfar.cn :a 2010 .. ··:·. :-·t .. ·.·.- .. -... . ·. _ ... .. .... •. ·:, .: ... ,!_ ;}\Z·::··:. ,..; .. ·- 1.~_ ·; •• : •.; • . . . ii ts.~f~s · .. · . ~4~~~ir :bl1 mt='iiir~ of the$~aJJ<l~l~h!<if!li!>~~~~·/i,.~~ l\:11rtiiiiiiiff~!it~; ~~ : . _.,._ · .. "·i.····_·.: .. : . : .. ·': oa : -Witl'i .a;mirafmumA,vamttiickness '.:oto :ov inch:. Gbu ·n,r ·KshaWce tdesFhei:Fto: · ... ,··. ··.:1 .. ;-,,··· .· .. -· .. ·.• ··-·· . ·.:-, . ' J:. ~t.q.µhd$ . ·i ~ · ;~pp~t~,~~ ~te:errods,8· f~~t lo.mg with a minim am di~Ir'n$t~toJ ·5./8: ii.l'ch or oth!3t Ub;Us}~d . ijti:i.Ytj~itpd~:shall, be fJJr.lfli$he.~:.arjg ·in$.lijJI~, · · •. · ·K..: -Mi$¢~fl.a:~~us,,Fiftings.and: Fast~n~r$. . { :~~~df.epi,!ilu~n:titie$ tp ereQf aUfend.nQ. m~tE!rii;tJ$ in a· proper rti'an.rv:r shall be pr~v.id~d: •i i~-_ lJ~~i,n~~r:·· • 1._'f lir•::~,lt~&tt!trt~tiitr:;•eanllbll~d Wi~lti~Yi~ .. . --i _. · fQ~,ij9 : ,, , . .-,, -. . -· . : : ,:. : r:~. :-"~ · 09. ~-1:fo.t;;~Jp-,g~.vanJz~ ·;n. ~cQ~rdanc.~ wiJh. ASTM AS92, Qt.as~ 1 · . . · ·.•: ~?~/,I:~ :il{f i\llSJ~i-~t~~l~1i~Y(Zofsi1l~~,i~ «<itfti.1,,:· ::.,,,,\_-:.'.':. ::,·. qe~t9 :pt~v~~t-f~/jjng--~~es-_frqrp ' <;{[m~ging';~~~s ;~~ :·· ·_ .·,-.. · er:nairi .~_n~-'to tme· w9r,k-b.~ing · c:_orasttu¢tei;i :and .'$.~ '~$·Jo· · - ~f'f :'.ii:}/t';t ~; ~-·.:··:'·.\;!·<· ( :('.\··-f": .• J~:t~~p~;a1ii1,,11,1;;;1~~~ ·, ' • ' ;t. ~I,_' .... ·;:_-:,.· -· ;,".•.•::•:·: .. uri°" ,.·· -eaclf1 · d. ()'.fe.:. , .. :fen ce J" dafed; '· aMt.ie :~~, 'fer of · ... ,· .. · . . ·-;'.·.-:· -. --., ~ ~ . '3.04 , :' Jr;ii~~~~is MgNf\t.Xijo. RA~M;eNT-· ... . . . .. . .. . .. . .•• ,, .. ·.= .•.. :':'. ':e_ .. • ·,•,. ,.:.''' .• ;.:-•_ • .. · ENID OF ,SEOJ]ON . ·o,,.,·a· .. ·3· i'::LA . -~ ... \)~t . ·-~-~-i .,:~·-· • . i: :=:· ........ SECTION 09902 PAINTING AND PROTECTIVE COATINGS PART1 GENERAL 1.01 SUMMARY This section describes the furnishing and application, as specified herein, of surface preparation, field painting of exposed exterior and interior items, and protective coatings to all surfaces unless otherwise shown on the PLANS or as specific herein. 1.02 SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals necessary for the painting and application of protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of paint and protective coatings. Surface preparation, priming, and finish coats specified in this section are in addit ion to shop priming and surface treatment. 1.03 RELATED REQUIREMENTS Not Used. 1.04 REFERENCE STANDARDS The publications listed below form a part of this SPECIFICATION to the extent referenced. The publications are referred to in the text by basic designation only. A. American National Standards Institute (ANSI) B. National Association of Corrosion Engineers (NACE) C. Occupational Safety and Health Administration (OSHA) OSHA 29CFR 1910.144 -1995 Safety Color Codes for Marking Physical Hazards D. Steel Structures Painting Council (SSPC) SSPC SP-1 -1989 Surface Preparation Specification No. 1 -Solvent Cleaning SSPC SP-2 -1995 Surface Preparation Specification No. 2 -Hand Tool Cleaning SSPC SP-3 -1995 Surface Preparation Specification No. 3 -Power Tool Cleaning In the event of a conflict between the published standards, codes, and this SPECIFICATION, the more stringent requirement shall govern. 1.05 DEFINITIONS A. General: Standard coating terms defined in ASTM D 16 apply to this section. 1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at a 85 degree meter. 2. Eggshell refers to a low-sheen finish with a gloss range between 20 and 35 when measured at a 60 degree meter. 3. Semi gloss refers to a medium-sheen finish with a gloss range between 35 and 70 when measured at a 60 degree meter. 09902-Page 1 of 11 4. Full gl(?SS refers to a high-sheen finish with a gloss range more than 70 when measured at a 60 degree meter. 1.06 SUBMITT ALS Submlttals shall be in accordance with Section 01301, SUBMITTALS, and shall include: A. Product data for each paint system and protective coating indicated include block fillers and primers. 1. Material List: An inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. 2. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storage, and applying each coating material. B. Painting Schedule: Submit list indicating major items to be painted, preparation, paint manufacturer, product designation, and dry mil thickness. C. Panels 1. Submit panels containing samples of proposed paints and coatings. Include three displays of e " · :::id and color of paint used. Panel to be representative of material to be coa ,"" 2. Mark panels to indicate respective types of surfaces to which several kinds and colors of paint, stain, and coating are applied. D. Samples: If requested by OWNER, submit 1/4 pint of each kind of paint or stain proposed for use. Do not deliver materials to site until representative samples (if requested) have been approved. E. For all sealers and protective coatings, submit copies of manufacturer's printed instructions and application sheets. 1.07 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. Certified in compliance with ISO 9001 Quality Standards for formulation (research and development), manufacture, and technical support. 2. Manufacturer must have a local authorized technical specialist. 3. Products shall be manufactured in the United States. B. Applicator Qualifications 1. Furnish workers who perform quality work and are qualified in applying paints and protective coating similar in material, design, and extent to those indicated for this PROJECT, and whose work has resulted in applications with a record of successful in-service performance. Submit list of five (5) similar projects which have been prepared and coated by the personnel to be employed for this project. 2. Provide manufacturer's written instructions on cleaning and coating prior to any surface preparation or coating. 09902-Page 2 of 11 C. Product Quality 1. Use only products specified in this section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material shall not show excessive settling in a freshly opened full can and shall be easily redispersed with a paddle to a smooth, homogeneous state. It shall show no curdling, caking, color separation, and shall be free of lumps or skim surfaces. D. To the maximum extent possible, all coatings should be from one manufacturer. Unless otherwise specified, coating materials for a specific surface or piece of equipment will be from a single manufacturer and must be applied in strict accordance with manufacturer's instructions. E. · All coatings provided for use on this project in the field or from equipment suppliers will be in compliance with local, state, and federal government laws, regulations and ordinances related to items such as lead , chromate, carcinogens and volatile organic compounds. All coatings in potable water service to be National Sanitation Foundation (NSF) approved for potable water service according to NSF 61. F. Testing 1i nt and protective coatings shall be applied under quality control procedures, which li1clude inspection of surface preparation for each coat. Do not proceed with the next step until the ENGINEER has approved the previous step. The CONTRACTOR shall be solely responsible for testing in this section, at no further cost to the OWNER. The CONTRACTOR will cooperate with the ENGINEER, providing equipment, scaffolds, and other equipment as requested by the ENGINEER. · G. Testing Reports Submit an inspection report for each coating applied for this PROJECT. The testing report shall be completed on a form furnished by the ENGINEER and shall bear the signature of the CONTRACTOR and the OWNER'S REPRESENTATIVE. 1.08 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered to the site in their original, sealed containers with manufacturer's label and batch number attached. Do not apply materials until the OWNER'S REPRESENTATIVE has approved the material for use. B. Any hazardous waste material remaining at the end of the day shall be discarded in accordance with national, state, and local regulations. 1.09 ENVIRONMENTAL CONDITIONS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 45°F for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. B. No exterior coatings shall be applied during rain or snow, when the air temperature is below 50°F or above 120°F or when the temperature of the surface to be coated is below 50°F except as allowed by the coating manufacturer. . No coating shall be applied if a predicted temperature of 35°F or lower is forecast within 24 hours of application unless the coating is enclosed and heated. No painting is to be done when the relative humidity meets or exceed 50 percent or when the substrate temperature is within 5°F of the dew point, as allowed by the manufacturer. 09902-Page 3 of 11 C. Minimum Application Temperatures for Latex Paints: 45°F for interiors; 50°F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish and Finishes: 65°F for interior or exterior, unless required otherwise by manufacturer's instructions. 1.1 O PROJECT CONDITIONS A. Protective coatings are special coatings to be used at specific locations or on specific surfaces as .indicated herein and are complementary to the coating surfaces specified in this section. B. Protective coatings shall be applied to the following surfaces unless otherwise noted: 1. Metal surfaces located on the project site which are not galvanized, aluminum, or stainless steel. 2. Piping, valves, and fittings, including all exposed metal that is not galvanized , mortar coated, or aluminum. 3. Equipment which does not have a factory coat. C. Paint exposed surfaces, except where this section indicates that the surface or material is not to be painted or is to remain neutral. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color or finish is not indicated, OWNER 'S RESPRESENTATIVE will select from standard colors and finishes available. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron supports, and surfaces of mechanical and electrical equipment that do not have a factory applied final finish. D. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Prefinished items include the following factory finished components: a. Architectural woodwork b. Finished mechanical and electrical equipment c. light fixtures 2. Concealed surfaces include walls or ceilings in the following generally inaccessible spaces: a. Furred areas b. Ceiling plenums C. Utility tunnels d. Duct shafts 3. Finished metal surfaces include the following: a. Anodized aluminum b. Stainless steel c. Chromium plate d. Copper and copper alloys e. Bronze and brass f. Galvanized metal 09902-Page 4 of 11 4. Operating parts include moving parts operating equipment and the following: a. Valve and damper operators b. Linkages c. Sensing devices d. Motor and fan shafts 5. Labels: Do not paint over UL, FMG, or other code required labels or equipment name., identification, performance rating, or nomenclature plates: 6. Primers factory applied to equipment shall be those specified. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this section, remove the factory applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified . 7. Surfaces which will be inaccessible after installation shall be coated prior to installation, or shall be coated and approved in stages as work is installed. 8. At least one (1) week shall be allowed for drying of finished surfaces before any machinery can be place into service. 1.11 WORKING CONDITIONS A. Provide lighting level of 80-foot candles measured mid-height at substrate surface. B. CONTRACTOR shall be fully responsible for personnel safety during painting operations. C. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas . Provide ladders or scaffolding during test procedures. 1.12 GUARANTEES A. Painting and protective coating shall be guaranteed for a period of one (1) year from the date of the OWNER's acceptance of the project. B. A warranty Inspection shall be conducted in the eleventh month following completion of the painting and coatings. Any defective work discovered at this date shall be corrected by the CONTRACTOR in accordance with the SPECIFICATIONS at no additional cost to the OWNER. Other corrective measures may be required during the one (1) year warranty period. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable protective coating manufacturers 1. Ameron International Performance Coatings and Finish Group 2. Tnemec Company, Inc. 3. Valspar Corporation 4. Carboline 5. The Sherwin-Williams Company 09902-Page 5 of 11 6. International Protective Coatings 7. ICI Devoe High Performance Coatings 8. Plasite Protective Coatings B. Acceptable paint manufacturers 1. Benjamin Moore & Company 2. Coronado Paint Company 3. ICI Dulux Paint Centers 4. Kelly-Moore Paint Company 5. PPG Industries, Inc. 6. Sherman-Williams Company 2.02 MATERIALS AND/OR EQUIPMENT A. Include the paint, protective coatings, and sealers for this project. Furnish all such special materials required for the manufacturer's coating systems. B. Provide manufacturer's best quality paint material of the various co~ting types specified that are factory formulated and recommended by manufacturer for application indicated. Paint material containers not di~n!aying manufacturer's product identification will not be acceptable. B. The combination of coating and thinner shall not exceed 3.5 pounds per gallon of volatile organic compound. C. Colors: OWNER reserves the right to select colors. Submit list of items to be painted and color charts for each type of surface. 2.03 FINISHES Refer to schedule at end of this section for surface finish schedule. Colors shall be selected by OWNER from manufacturer's standard color charts . Piping colors shall be in accordance with the latest version of TCEQ Chapter 290, Subchapter B requirements. PART 3 EXECUTION 3.01 EXAMINATION PRIOR TO PREPARATION A. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. B. All structures to be coated shall be readily accessible to CONTRACTOR. C. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated. D. Temperature of the surface to be coated should be maintained between 40 and 120°F. E. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense . heat source. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. F. Prior to commencing surface preparation, CONTRACTOR shall inspect all surfaces specified to receive the coating and notify OWNER, in writing, of any noticeable disparity 09902-Page 6 of 11 in the site, structure or surfaces which may interfere with the work , use of materials or procedures as specified herein. 3.02 PREPARATION A. Metal Surfaces 1. Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted . If removal is impractical or impossible because of size or weight of the item, provide surface applied protection before surface preparation and painting. 2. Clean metal surfaces by abras ive blasting in shop and leave clean, dry, and ready to receive prime coat. Provide moisture separators to effectively remove all oil and free moisture from air supply. Cleanliness of air shall be tested by impinging an abrasive-free air stream onto a white cloth for 1 minute. If oil or moisture is detected, the source of air shall be shut down and corrected. 3. Each surface shall have a primer, except in the instance where field cleaning is required and the manufacturer's printed literature states that the coating may be applied without a primer and approved by the ENGINEER is obtained. Shop applied primer shall be thoroughly cleaned of oil, grease , and other contaminants, and nicks or other defects shall be spot primed before subsequent coats are applied . 4. All dust and abras ives shall be removed from surfaces by brushing or blowing with clean, dry air. All abrasive grit shall be removed from around and between joints of connecting members. 5. Perform field abrasive blasting only if requ ired to correct unsatisfactorily cleaned and shop-primed metal and when approved by OWNER'S REPRESENTATIVE. 6. Removal of oil and grease: Remove oil and grease with a solvent approved by coating manufacturer, or by steam combined with detergent (in accordance with SSPC SP-1). Use of gasoline, kerosene, naphtha, or carbon tetrachloride not permitted. 5. Brushing, Scraping, Grinding, and Chipping : In f ield work, if abrasive blasting is not possible, scrapers, wire brushes, and other suitable grinding or chipping tools may be used (in accordance with SSPC SP-2 or SP-3) for remova l of existing paint coatings prior to repa inting , or for cleaning, before applying second coats. 6. Surface to be coated on same day as cleaned and before rust bloom occurs. Surfaces which have been cleaned but which have started to show signs of rust or dirt are to be cleaned again prior to coating at no additional expense to OWNER. 7. All surfaces shall be at least 5°F or higher above the dew point and remain this way when blasting , priming, or coat ing . 3.03 APPLICATION A. Application of Paint and Protective Coatings 1. General: Use one convenient location for storing and mixing of materials and keep fire extinguisher available in this area as long as location is used for such purpose. Protect floors and all other areas where work is done , with suitable drop cloths, and remove oily rags and waste from building at close of each day's work. On completion of operations, remove all spots, oil, and stain from all surfaces 09902-Page 7 of 11 and leave entire project in clean condition as far as this work is concerned. Remove from premises all containers and debris resulting from this work. a. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. 2. Thinners and Solvents: Use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions recommended by paint manufacturer. 3. Coverage: As recommended by paint manufacturer and sufficient to obtain minimum mil thickness specified. Do not exceed maximum thickness specified by manufacturer, if applicable. After final coat is applied, check with non- destructive dry film thickness gauge. 4. Drying Time: Between successive coats, allow drying time as specified by paint manufacturer. 5. Brush Application a. Brushes: Use first-quality hog hair or suitable synthetic bristle brushes. Use of horsehair bristle brushes not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with proper solvent before reuse. b. Application: Apply in uniform thickness consistent with specified coverage and with sufficient cross-brushing . to ensure filling of surface irregularities. Exercise particular care in painting around bolt heads and nuts and in corners and other restricted spaces. 6. Conventional Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having air driven or mechanical agitator. Supply with width of spray adequate to coat the applicable surface with suitable pressure for the particular type of paint being used. Make frequent checks to ensure correct spreading rate and coating and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners, and bolt heads, without bridging over of paint film. 7. Airless Spray Application: Equipment used for airless spray shall be designed for and capable of handling the volume and pressures necessary to ensure smooth and proper application. Hoses shall be specifically designed for the viscosity of the material being sprayed and shall be of the nonstatic, self -grounding type. Tips shall be properly sized to ensure complete atomization and the spray pattern shall be continuous and free of all fingering effects. 8. Roller Application: Proper length nap rollers shall be used to ensure a smooth application free of runs, sags, roller marks, or air bubbles. Use longer nap for rougher surfaces when specified on PLANS. Phenolic core lambs wool type rollers shall be used when polyurethanes, epoxies, or other types of activated coatings are applied by roller. Standard type rollers shall be used on water based and enamel coatings. Rollers shall be of sufficient quality to leave finished surfaces free of lint, roller nap, runs, sags, and other imperfections. Roller not to exceed 24 inches in length. 9. Metal Surf aces a. Shop-prime metal surfaces, if required, prior to delivery to jobsite. 09902-Page 8 of 11 b. After delivery and prior to installation, keep all coated metal surfaces clean and free from corrosion. Clean and touch up or repaint damaged areas with additional primer. c. After erection or installation of metal work, clean and touch up all rust spots, all places where primer has been rubbed or scraped off, and all bolts and nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been cleaned and dried, apply finish paint. Allow 7 days or more, as recommended by coating manufacturer, for curing of final coat for submerged surfaces . d. Factory-Finished Equipment: After installation of factory-finished machinery and electrical equipment, check base coats carefully and touch up all damaged surface areas. Do not paint nameplates , serial number bases, chrome, or bronze trim . Clean off any excess paint that impairs convenient removal of covers on gauges, instrumentation, or other equipment fitted with doors or covers . e. Factory-Primed Equipment: Delay final field coating to manufacturer's pr imed equipment until equipment has been installed and is in proper working order in accordance with the applicable Item. 10. Provide necessary equipment to minimize the amount of dust, paint, abrasives , and other matter from settling on or damaging adjoining pro11e rty. If excessive dust, paint, or abrasives are found which are affecting ad1 · :: property and/or structures, as determ ined by the OWNER or their ,cpresentative, the CONTRACTOR shall be required to utilize shrouds, drop tubes, or other means to confine a minimum of 95 percent of the abrasive, paint, and other material to the associated work area. 11. To facilitate adequate observation of all surfaces , provide scaffolding/rigging and adequate illumination required to perform dry film thickness readings and holiday test inspections as required by these SPECIFICATION 's and the referenced standards. Provide personnel to move the scaffold ing, lighting, or rigging at the instructions of the OWNER'S REPRESENTATIVE. 12. Provide proper safety equipment to the OWNER 'S REPRESENTATIVE for observation. 13. Adequate ventilation for proper curing shall be provided. B. Special Requirements 1. Cast iron or ductile iron piping and valves for interior and exterior installation with a factory-applied bitumastic or asphaltum varnish coat ing will be cleaned by abrasive blasting so as to provide a NACE #3 finish on interior exposed installations and a NACE #2 finish on exterior exposed surfaces. 2. Tests to be performed and approved by the ENGINEER before equipment is put into operation. 3.04 FIELD QUALITY CONTROL A. Certified manufacturer's representative shall be present to observe application of coating and after completion to inspect and certify that product was properly applied. B. Sound random areas where coating has been applied in accordance with manufacturer recommendations. 09902-Page 9 of 11 C. During application a wet film thickness gauge, meeting ASTM D4414 -Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner. D. After the coating product(s) have set in accordance with manufacturer instructions, all surfaces shall be inspected for holidays with high-voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor. E. A minimum of 10% of the manholes coated shall be tested for adhesion/bond of the coating to the substrate. Testing shall be conducted in accordance with ASTM D4541 as modified herein. Owner's representative shall select the manholes to be tested. A minimum of three 20 mm dollies shall be affixed to the coated surface at the cone area, mid section and at the bottom of the structure. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of the coating product and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non-test '."I'd require retesting. Prior to performing the pull test, the coating shall be scored to : 30 mils of the substrate by mechanical means without disturbing the dolly or bond wi ,1111 1 the test area. Two of the three adhesion pulls shall exceed 200 psi or concrete failure with more than 50% of the subsurface adhered to the coating. Should a structure fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. F. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. G. The sewer may be returned to full operational service as soon as the final inspection has taken place. 3.05 CLEANING At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the project site. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. 3.06 PROTECTION A. Protect work from other trades, whether being painted or not, against damage from painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by the OWNER'S REPRESENTATIVE. B. Provide ''Wet Paint" signs to protect newly painted finishes. After completing painting operations, remove temporary protective wrappings provided by others to protect their work. 1. After work of other trades is complete, touch up and restore damage or defaced painting surfaces. 09902-Page 1 O of 11 3.07 SCHEDULE A. Ferrous Steels including Miscellaneous Metals and Piping, including piping to be insulated Interior: 1. Product and Manufacturer: Provide one of the following: a. Tnemec: 1) Shop Primer: Series 37H Chem-Prime - 1 coat, 2.0 dry mils, 330 sf/gal 2) Field primer or field touch-up: Series 37H Chem-Prime -1 coat, 2.0 dry mils, 330 sf/gal. 3) Finish: Series 66 Epoxoline -1 coat, 4.0 dry mils, 200 sf/gal. b. Carboline: 1) Shop Primer, shop primer for bar joists, field primer or touch-up: Rustbond Penetrating Sealer 2 mils dft-1 coat 2) Finish: Carboline 890-1 coat, 4.0 mils dft. c. Ameron: 1) Shc:ip primer: Amercoat 68HS-1 coat, 3.0 dry mils. 2) Finish: Amercoat 385 Polyamide Epoxy - 1 coat, 4.0 dry mils, 265 sf/gal theoretical. 3.08 MEASUREMEi1.. 1 .-,ND PAYMENT No separate payment for work performed under this Section. Include cost of same in Contract price bid for which this is a component part. END OF SECTION 09902-Page 11 of 11 SECTION 11073 D-SERIES HIGH FLOOD WETWELL GRINDER PUMP STATION 1.0 GENERAL 1.01 GENERAL DESCRIPTION: The MANUFACTURER shall furnish complete factory-built and tested Wetwell/Drywell High Flood Grinder Pump Station(s}, each consisting of grinder pump(s} suitably mounted in a basin constructed of high density polyethylene (HOPE} with dimensions and capacities as shown on the Contract Drawings, NEMA 6P electrical quick disconnect (EQD}, pump removal system, stainless steel discharge assembly/shut-off valve, anti-siphon valve/check valve, each assembled in the basin, electrical alarm panel and all necessary internal wiring and controls. Component type grinder pump systems that require field assembly will not be acceptable due to the potential problems that can occur during field assembly. All components and materials shall be in accordance with section 2.0 of this Product Specification. For ease of serviceability, all pump , motor/grinder units shall be of like type and horsepower throughout the system. The CONTRACTOR shall install, startup, and test the number of complete factory-built Grinder Pump Stations as listed in the proposal and as specified herein. 1.02 PROJECT DEFINITIONS OWNER: City of Fort Worth. The OWNER is responsible for the final enforcement of this project. The OWNER will retain ownership of the pressure sewer system force main, the tap for each lot, the discharge line, the isolation ball valve and check valve for each service connection, the Grinder Pump Station, and the control panel. Per the project definitions in ·the General Conditions, the terms Owner and City are synonymous . The resident owns the gravity sewer line from the residence to the pump station and all electrical additions to the property except the control panel and the electrical quick disconnect. 1.03 SUBMITIALS Submittals shall be prepared and submitted in accordance with Section 01301. The following submittals are required, at a minimum, in addition to any other applicable requirements of Section 01301. 1. Shop drawings specific to project and applicable product data bound neatly in a single package. The following information s~all be included as a minimum: a. Complete performance curves and data for each item furnished showing capacity, head, efficiency, and brake horsepower throughout the full range of the pump. b. Dimensions and clearances required. c. Listing of materials of construction. d. Complete electrical control schematic and wiring diagrams and data on equipment and devices to be furnished. e. Location of nearest stocking distributor of spare parts. f. Any other information necessary for the ENGINEER to determine whether or not the equipment complies with these specifications. 2. Complete operation and maintenance data for all equipment and controls in accordance with Section 01301. 3. Start-up and test schedule with test procedures. 4. Special Equipment Warranty. 5. Certification of Adequacy of Design, as detailed in Section 01301 Contractor's Submittals. 6. Resident Service Agreement. 7. O&M Manuals as detailed in Section 01301. 11073-1 1.03 MANUFACTURER: Grinder pump stations , complete wi th all appurtenances , form an integral system, and as such , shall be supplied by one grinder pump station manufacturer. The CONTRACTOR shall be responsible for the satisfactory operation of the entire system . The equipment specified shall be a product of a company experienced in the design and manufacture of grinder pumps for specific use in low pressure sewage systems . The company shall submit detailed installation and user instructions for its product, submit evidence of an established service program including complete parts and service manuals, and be responsible for maintaining a continu ing inventory of grinder pump replacement parts . · The MANUFACTURER shall provide, upon request, a reference and contact list from ten of its largest cont iguous grinder pump installations of the type of grinder pumps described within th is spec ification . The MANUFACTURER of the grinder pump station shall be Environment One Corporation . Attention is directed to the fact that the drawings and overall system design are based on a part icular piece of equipment from a particular manufacturer. These specifications are intended to provide guidelines for standard equipment of a recognized manufacturer who already meets all the requirements of this specification. 1.04 EXPERIENCE The equipment specified shall be a product of a company experienced in the design and · manufacture of grinder pumps for specific use in low pressure sewage systems . All equ ipment shall be the product of a manufacturer having at least twenty (20) U.S . installations of the type being proposed each with a minimum of 5 years of satisfactory service . A list of similar installations shall be furnished upon request with the shop drawing submittal , including names and te lephone numbers of contacts . 1.05 OPERATING CONDITIONS : The pumps shall be capable of delivering 15 GPM ag ai: :--'. rated total dynamic head of O feet (0 PSIG), 11 GPM against a rated total dynamic head of 92 fee t (40 PSIG), and 7.8 GPM against a rated total dynamic head of 185 feet (80 PSIG). The pump(s) must also be capable of operating at negative total dynamic head without overloading the motor(s). Under no conditions shall in-line piping or valving be allowed to create a false apparent head . 1.06 WARRANTY: The grinder pump MANUFACTURER shall provide a part(s) and labor warranty on the complete station and accessories , including, but not limited to, the panel for a period of 60 months after notice of OWNER'S acceptance, but no greater than 66 months after receipt of shipment. Any manufacturing defects found during the warranty period will be reported to the MANUFACTURER by the OWNER and will be corrected by the MANUFACTURER at no cost to the OWNER. 1.07 WARRANTY PERFORMANCE CERTIFICATION: As a bid certificat ion requirement , each bidder shall provide with their bid schedule a Warranty Performance Certification statement executed by the most senior executive officer of the grinder pump MANUFACTURER, which certifies a minimum of a 60- month warranty . They must further detail any exclusions from the warranty or additional cost items required to maintain the equ ipment in warrantab le condition, including ~II associated labor and shipping fees, and certify that the MANUFACTURER will bear all costs to correct any original equipment deficiency for the effective period of the warranty. All preventive maintenance type requirements shall be included in this form as exclusions . These requirements include , but are not limited to, unjamming of grinder mechanism , periodic motor maintenance, and periodic cleaning of liquid level controls. Should the CONTRACTOR (supplier) elect to submit a performance bond in lieu of the experience clause outlined above, this Warranty Performance Certification shall also be used as a criterion to evaluate the CONTRACTOR'S (supplier's) performance over the warranty period . A Warranty Performance Certification form is included with the bid schedule and must be completed and submitted as part of the bid package . Bids with incomplete forms or missing forms will be considered nonresponsive : 1.08 QUALITY ASSURANCE: A. Manufacturer's Representative : 1. The pump manufacturer shall furnish a qualified field representative for a minimum of twelve (12) trips and twelve (12) working days to inspect all equipment described herein after installation , to advise the CONTRACTOR and the CITY during startup and testing . This time period shall consist of a minimum of 8-hour days , and travel to and from the project site shall 11073-2 not be included. The CONTRACTOR shall coordinate the scheduling of such startup assistance with the CITY's personnel. 2. The pump manufacturer's representative will also hold two identical operation and maintenance classes (if requested) per year on separate days for the RESIDENTS to instruct them in routine maintenance and troubleshooting procedures . Both factory direct personnel and service personnel shall be present. The resident's O&M Manual shall be available for distribution at the time of the meeting. The RESIDENTS . shall be notified one · month in advance of the time and location of the classes . The City shall provide a location for the classes . B. Acceptance Test: Upon completion of installation of the equ ipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the ENGINEER . The unit shall be checked for excessive noise, vibration , alignment, general operation, etc. The unit must perform in a manner acceptable to the ENGINEER before final acceptance will be made by the CITY . C. Installation Report : Manufacturer's installation report is required prior to final acceptance. This report is described in detail in Section 01301 -Contractor's Submitta ls, Subpart 2 .11 Equipment Installation Report. - 1.09 DELIVERY, STORAGE AND HANDLING: The CONTRACTOR shall mobilize and begin work within 14 days of Notice to Proceed. The CONTRACTOR shall store, temporarily support, and handle equipment prior to installation in strict accordance with each manufacturer's recommendations. The grinder pump · stations will be stored for the contractor to pick up at the Eagle Mountain Water Treatment Plant. 1.10 OPERATING CONDITIONS AND DESIGN : Design Parameters: 1. The system design is based on provision of semi-positive displacement grinder pumps of identical type and horsepower throughout the project area . 2. The pump(s) must also be capable of operating at negative total dynamic head without overloading the motor(s). Under no conditions shall in-line pip ing or valving be allowed to create a false apparent head. 3. The progressive cavity pumps shall be capable of delivering 15 GPM against a rated total dynamic head of O feet (0 psig) and 7 .8 GPM against a rated total dynamic head of 185 feet (80 psig). 4. Flow per residence= 200 gallons per day. 5. C-Factor = 140. The grinder pump manufacturer shall establish individual requirements for pumps reflecting random simultaneous operation of each pump in the system . All pumps shall be capable of operating when at least eight (8) other pumps in the system are operating at random . The manufacturer shall provide detailed calculations demonstrating individual pumping capabilities in the system with regard to random simultaneous discharge . These detailed calculations shall be submitted to the ENGINEER with the shop drawings . Calculations shall show that a minimum velocity of 2.0 fps is being developed in all piping on a daily basis . The ENGINEER reserves the right to reject the manufacturer on the basis of the system design calculations not complying with the requirements as specified herein. 2.0 PRODUCT 2.01 PUMP : The pump shall be a custom designed , integral, vertical rotor, motor driven, solids handling pump of the progressing cavity type with a single mechanical seal. Double radial 0-ring seals are required at all casting joints to minimize corrosion and create a protective barrier. All pump castings shall be cast iron , fully epoxy coated to 8-10 mil Nominal dry thickness, wet app lied. The rotor shall be through-hardened, highly polished, precipitation hardened stainless steel. The stator shall be of a specifically compounded ethylene propylene synthetic elastomer. This material shall be suitable for domestic wastewater service . Its physical properties shall include high tear and abrasion resistance, grease resistance, water and detergent resistance, temperature stability, excellent aging properties, 11073-3 and outstanding wear resistance . Buna-N is not acceptable as a stator material because it does not exhibit the properties as outlined above and required for wastewater service . 2.02 GRINDER: The grinder shall be placed immediately below the pumping elements and shall be direct- driven by a single, one-piece motor shaft. The grinder impeller assembly shall be securely fastened to the pump motor shaft by means of a threaded connection attaching the grinder impeller to the motor shaft. Attachment by means of pins or keys will not be acceptable. The grinder will be a one-piece, forged 4140 cutter wheel of the rotating type with inductively hardened cutter teeth (Rockwell 55-58c) for abrasion resistance. A stationary quench hardened and ground shredding ring shall be provided. The shredding ring will have a staggered tooth pattern with only one edge engaged at a time, maximizing the cutting torque. This assembly shall be dynamically balanced and operate without objectionable noise or vibration over the entire range of recommended operating pressures. The grinder shall be constructed so as to minimizl;! clogging and jamming under all normal operating conditions including starting. Sufficient vortex action shall be created to scour the tank free of deposits or sludge banks which would impair the operation of the pump. These requirements shall be accomplished by the following , in conjunction with the pump: 1. The grinder shall be positioned in such a way that solids are fed in an upward flow direction . 2. The maximum flow rate through the cutting mechanism must not exceed 4 feet per second. This is a critical design element to minimize jamming and as such must be adhered to. 3. The inlet shroud sha ll have a diameter of no less than 5 inches . Inlet shrouds that are less than 5 inches in diameter will not be accepted due to their inability to maintain the specified 4 feet per second maximum inlet velocity which by design prevents unnecessary jamming of the cutter mechanism and minimizes blinding of the pump by large objects that block the inlet shroud . 4. The impeller mechanism must rotate at a nominal speed of no greater than 1800 rpm . The grinder shall be capable of reducing all components in normal domestic sewage, including a reasonable amount of "foreign objects ," such as paper, wood , plastic , glass , wipes, rubber and the like, to finely-divided particles which will pass freely through the passages of the pump and the 1-1/4" diameter stainless steel discharge piping. 2.03 ELECTRIC MOTOR: As a maximum, the motor shall be a 1 HP, 1725 RPM , 240 Volt 60 Hertz, 1 Phase, capacitor start, ball bearing, air-cooled induction type with Class F installation, low starting current not to exceed 30 amperes and high starting torque of 8.4 foot pounds. The motor shall be press-fit into the casting for better heat transfer and longer winding life . Inherent protection against running overloads or locked rotor conditions for the pump motor shall be provided by the use of an automatic-reset, integral thermal overload protector incorporated into the motor. This motor protector combination shall have been specifically investigated and listed by Underwriters Laboratories, Inc., for the application. Non-capacitor start motors or permanent split capac itor motors will not be accepted because of their reduced starting torqt..ie and consequent diminished grinding capability . The wet portion of the motor armature must be 300 Series stainless . To reduce the potential of environmental concerns, the expense of handling and disposing of oil, and the associated maintenance costs, oil-filled motors will not be accepted . 2.04 MECHANICAL SEAL: The pump/core shall be provided with a mechanical shaft seal to prevent leakage between the motor and pump. The seal shall have a stationary ceramic seat and carbon rotating surface with faces precision lapped and held in position by a stainless steel spring . 2.05 TANK AND INTEGRAL ACCESSWAY: (Model DH071F-74) High Density Polyethylene Construction. The tank shall be a Wetwell/Drywell High Flood design made of high density polyethylene, with a grade selected to provide the necessary environmental stress cracking resistance. Corrugated sections are to be made of a double wall construction with the internal wall being generally 11073-4 smooth to promote scouring . The corrugations of the outside wall are to be a minimum amplitude of 1- 1/2" to provide necessary transverse stiffness. Any incidental sections of a single wall construction are to be 0.250" thick (minimum). All seams created during tank construction are to be thermally welded and factory tested for leak tightness. The tank wall and bottom must withstand the pressure exerted by saturated soil loading at maximum burial depth. All station components must function normally when exposed to 150 percent of the maximum external soil and hydrostatic pressure. The tank shall be designed for High Flood and allow for a maximum of 15 feet of flood water over the cover. The cover shall allow no more than 1 cup of water into the station per hour during a 15-foot flood condition. The tank shall be furnished with one EPDM grommet fitting to accept a 4.50" OD DWV or Schedule 40 pipe. The tank capacities shall be as shown on the contract drawings . The Drywell accessway shall be an integral extension of the Wetwell assembly. The accessway design and construction shall enable field adjustment of the station height in increments of 4" or less without the use of any adhesives or sealants requiring cure time before installation can be completed. Due to safety concerns no open wetwell tanks will be allowed . The station shall have all necessary penetrations molded in and factory sealed. To ensure a leak free installation no field penetrations will be acceptable . All discharge piping shall be constructed of 304 stainless steel. The discharge shall terminate outside the accessway bulkhead with a stainless steel , 1-1/4" Female NPT fitting . The discharge piping shall include a stainless steel ball valve rated for 235 psi WOG; PVC ball valves or brass ball/gate will not be accepted . The bulkhead penetration shall be factory installed and warranted by the manufacturer to be watertight. The accessway shall include a single NEMA 6P Electrical Quick Disconnect (EQD) for all power and control functions, factory installed with accessway penetrations warranted by the manufacturer to be watertight. The EQD will be supplied with 75-ft, 100-ft or 150-ft of useable Electrical Supply Cable (ESC) outside the station, to connect to the alarm panel. The ESC shall be installed in the basin by the manufacturer. Field assembly of the ESC into the basin is not acceptable because of potential workmanship issues. The EQD shall require no tools for connecting, seal against water before the electrical connection is made, and include r;adial seals to assure a watertight seal regardless of tightening torque. Plug-type connections of the power cable onto the pump housing will not be acceptable due to the potential for leaks and electrical shorts . A junction box shall not be permitted in the accessway due to the large number of potential leak points . The EQD shall be so designed to be conducive to field wiring as required. The accessway shall also include a 2-inch vent. 2.06 CHECK VALVE: The pump discharge shall be equipped with a factory installed, gravity operated, flapper-type integral check valve built into the stainless steel discharge piping . The check valve will provide a full-ported passageway when open, and shall introduce a friction loss of less than 6 inches of water at maximum rated flow. Moving parts will be made of a 300 series stainless steel and fabric reinforced synthetic elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A nonmetallic hinge shall be an integral part of the flapper assembly providing a maximum degree of freedom to assure seating even at a very low back-pressure. The valve body shall be an injection molded part made of an eng ineered thermoplastic resin . The working pressure of the valve shall be at least 235 psi. Ball-type check valves are unacceptable due to their limited sealing capacity in slurry applications . 2.07 ANTI-SIPHON VALVE : The pump discharge shall be equipped with a factory-installed , gravity- operated , flapper-type integral anti-siphon valve built into the stainless steel discharge piping . Moving parts will be made of 300 Series stainless steel and fabric-reinforced synthetic elastomer to ensure corrosion resistance , dimensional stability, and fatigue strength . A nonmetallic hinge shall be an integral part of the flapper assembly, providing a maximum degree of freedom to ensure proper operation even 11073-5 at a very low pressure. The valve body shall be injection-molded from an engineered thermoplastic resin. Holes or ports in the discharge piping are not acceptable anti-siphon devices due to their tendency to clog from the solids in the slurry being pumped. The anti-siphon port diameter shall be no less than 60% of the inside diameter of the pump discharge piping. 2.08 CORE UNIT: The grinder pump station shall have a cartridge type, easily removable core assembly consisting of pump, motor, grinder, all motor controls, check valve, anti-siphon valve, level controls, electrical quick disconnect and wiring. The core unit shall be installed in the basin by the manufacturer. Field assembly of the pump and controls into the basin is not acceptable because of potential workmanship issues and increased installation time . In some cases, stations taller than 96" may be shipped on their side without the cores assembled in the basin for freight purposes but this is the only exception. The core unit shall seal to the tank deck with a stainless steel latch assembly. The latch assembly must be actuated utilizing a single quick release mechanism requiring no more than a half turn of a wrench . The watertight integrity of each core unit shall be established by a 100 percent factory test at a minimum of 5 PSIG. 2.09 CONTROLS: All necessary motor starting controls shall be located in the cast iron enclosure of the core unit secured by stainless steel fasteners . Locating the motor starting controls in a plastic enclosure is not acceptable. The wastewater level sensing controls shall be housed in a separate enclosure from motor starting controls. The level sensor housing must be sealed via a radial type seal; solvents or glues are not acceptable . The level sensing control housing must be integrally attached to pump assembly so that it may be removed from the station with the pump and in such a way as to minimize -the potential for the accumulation of grease and debris accumulation , etc. The level sensing housing must be a high-impact thermoplastic copolymer over-molded with a thermo plastic elasto r.--he use of PVC for the level sensing housing is not acceptable. Non-fouling wastewater level controls for controlling pump operation shall be accomplished by monitoring the pressure changes in an integral air column connected to a pressure switch. The air column shall be integrally molded from a thermoplastic elastomer suitable for use in wastewater and with excellent impact resistance. The air column shall have only a single connection between the water level being monitored and the pressure switch . Any connections are to be sealed radially with redundant 0-rings. The level detection device shall have no moving parts in direct contact with the wastewater and shall be integral to the pump core assembly in a single, readily-exchanged unit. Depressing the push to run button must operate the pump even with the level sensor housing removed from the pump . All fasteners throughout the assembly shall be 300 Series stainless steel. High-level sensing will be accomplished in the manner detailed above by a separate air column sensor and pressure switch of the same type. Closure of the high-level sensing device will energize an alarm circuit as well as a redundant pump-on circuit. For increased reliability, pump ON/OFF and high-level alarm functions shall not be controlled by the same switch. Float switches of any kind, including float trees, will not be accepted due to the periodic need to maintain (rinsing, cleaning) such devices and their tendency to malfunction because of incorrect wiring, tangling, grease buildup, and mechanical cord fatigue . To assure reliable operation of the pressure switches, each core shall be equipped with a factory installed equalizer diaphragm that compensates for any atmospheric pressure or temperature changes. Tube or piping runs outside of the station tank or into tank-mounted junction boxes providing pressure switch equalization will not be permitted due to their susceptibility to condensation, kinking, pinching, and insect infestation. The grinder pump will be furnished with a 6 conductor 14 gauge, type SJOW cable, pre-wired and watertight to meet UL requirements with a FACTORY INSTALLED NEMA 6P EQD half attached to it. 2.10 ALARM PANEL: Each grinder pump station shall include a NEMA 4X, UL-listed Alarm Panel suitable for wall or pole mounting. The NEMA 4X enclosure shall be manufactured of thermoplastic polyester to ensure corrosion resistance . The enclosure shall include a hinged, lockable cover with padlock, preventing access to electrical components, and creating a secured safety front to allow access only to authorized personnel. The enclosure shall not exceed 10.5" Wx 14" H x 7" D, or 12.5" W x 16" H x 7.5" D if certain options are included. 11073-6 The Alarm Panel shall contain one ( 1) 15-amp, double-pole circuit breaker for the pump core 's power circuit and one (1) 15-amp single-pole circuit breaker for the alarm circuit. The panel shall contain a push-to-run feature , an internal run indicator, and a complete alarm circuit. All circuit boards in the Alarm Panel are to be protected with a conformal coating and the AC power circu it shall include an auto resetting fuse . The Alarm Panel shall include the following features : externa l audible and visual alarm; push-to-run switch; and redundant pump start with high level alarm capability . The alarm sequence is to be as follows : 1. When liquid level in the sewage wet-well rises above the alarm level , audib le and visual alarms are activated, the contacts on the alarm pressure switch close, and the redundant pump starting system is energized . 2. The audible alarm may be silenced by means of the externally mounted, push-to-silence button . 3. Visual alarm remains illuminated until the sewage level in the wet-well drops below the "off' setting of the alarm pressure switch. The visual alarm lamp shall be inside a red, oblong lens at least 3. 75" L x 2.38" W x 1.5" H. Visual alarm shall be mounted to the top of the enclosure in such a manner as to ma inta in NEMA 4X rating . The audible alarm shall be externally mounted on the bottom of the enclosure, capable of 93 dB @ 2 feet. The audible alarm shall be capable of being deactivated by depressing a push-type switch that is encapsulated in a weatherproof silicone boot and mounte c' · , bottom of the enclosure (push-to - silence button). The entire Alarm Panel, as manufactured and including any of the following options, shall be listed by Underwriters Laboratories, Inc . PreSTAT Feature-The Alarm Panel shall include a module providing the following features : • Viewable real time data: volts, amps, run time • Predictive Status or Trouble indication for unacceptable voltages or amperages, and Extended Run-time of pump core, providing advanced warning of pending service requirements • Audible and visual high level alarm indication • Field-adjustable high level alarm delay between zero and 10 minutes • Alarm-activated dry contacts . Normally open relay con tact closes upon alarm activation . • Alarm-activated Remote Sentry indoor alarm modu le contacts . Will work with or without power to the board and is designed to work with E/One 's Remote Sentry. • Alarm-activated remote powered terminal. Normally open relay contact closes upon alarm activation supplying an output voltage equal to the alarm circu it input supply voltage. • 16-character, single row alpha numeric LCD • Event/cycle counter • Run-time/hour meter • Power-up delay with low voltage/brown-out protection (optional) • Communication capability utilizing built-in auto dialer. Features include : field-programmable reporting to two separate numbers; ability to recognize when the phone line is in use and retry until successful; report a Trouble or Alarm cond ition ; and provide either a field-recorded voice message or tone signal Specific indicators and switches shall include: • Ready LED to indicate AC power to the station is satisfactory • Pump Run LED to indicate pump is operating • Trouble LED indicator • High Level Alarm LED indicator • Manual Run switch to manually activate pump • Enter switch is used to enter selections • Scroll switch for navigating through menus 11073-7 • Normal Operation LED for Mode status • Diagnostic LED's to indicate the Mode switch has been activated 2.13 SERVICEABILITY: The grinder pump core, including level sensor assembly, shall have two lifting hooks complete with lift-out harness connected to its top housing to facilitate easy core removal when necessary. The level sensor assembly must be easily removed from the pump assembly for service or replacement. All mechanical and electrical connections must provide easy disconnect capability for core unit removal and installation. Each EQD half must include a water-tight cover to protect the internal electrical pins while the EQD is unplugged. A pump push-to-run feature will be provided for field trouble shooting. The push-to-run feature must operate the pump even if the level sensor assembly has been removed from the pump assembly . All motor control components shall be mounted on a readily replaceable bracket for ease of field service. 2.14 OSHA CONFINED SPACE: All maintenance tasks for the grinder pump station must be possible without entry into the grinder pump station (as per OSHA 1910.146, permit-required confined spaces). "Entry means the action by which a person passes through an opening into a permit-required confined space. Entry includes ensuing work activities in that space and is considered to have occu"ed as soon as any part of the entrant's body breaks the plane of an opening into the space." 2.15 CORROSION PROTECTION: All materials exposed to wastewater shall have inherent corrosion protection: i.e ., epoxy powder coated cast iron, fiberglass , stainless steel, PVC, HOPE . 2.16 SAFETY: The grinder pum p . s free from electrical and fire hazards as required in a residential environment. As evidence of t:.:011 1pliance with this requirement, the completely assembled and wired grinder pump station shall be listed by Underwriters Laboratories, Inc. to be safe and appropriate for the intended use. UL listing of components of the station, or third-party testing to UL standard are not acceptable. The grinder pump shall meet accepted standards for plumbing equipment for use in or near residences, shall be free from noise, odor, or health hazards, and shall have been tested by an independent laboratory to certify its capability to perform as specified in either individual or low pressure sewer system applications. As evidence of compliance with this requirement, the grinder pump shall bear the seal of NSF International. Third-party testing to NSF standard is not acceptable. 2.16 SPARE ITEMS: The manufacturer will supply four (4) progressive cavity spare grinder plump cores with all operational control level sensors, check valve, anti-siphon valve, pump/motor unit, and grinder. 3.0 EXECUTION 3.01 FACTORY TEST: Each grinder pump shall be submerged and operated for 5 minutes (minimum). Included in this procedure will be the testing of all ancillary components such as, the anti-siphon valve, check valve, discharge assembly and each unit's dedicated level controls and motor controls. All factory tests shall incorporate each of the above listed items. Actuai appurtenances and controls which will be installed in the field, shall be particular to the tested pump only . A common set of appurtenances and controls for all pumps is not acceptable. Certified test results shall be available upon request showing the operation of each grinder pump at two different points on its curve, with a maximum pressure of no less than 80 psi and a factory bearing vibration test. The ENGINEER reserves the right to inspect such testing procedures with representatives of the OWNER, at the GRINDER PUMP MANUFACTURER'S facility . All completed stations shall be factory leak tested to assure the integrity of all joints, seams and penetrations. All necessary penetrations such as inlets, discharge fittings and cable connectors shall be included in this test along with their respective sealing means (grommets, gaskets etc.). 11073-8 3.02 CERTIFIED SERVICE PROGRAM: The grinder pump MANUFACTURER shall provide a program implemented by the MANUFACTURER'S personnel as described in this specification to certify the service company as an authorized serviced center. As evidence of this, the MANUFACTURER shall provide, when requested, sufficient evidence that they have maintained their own service department for a minimum of 30 years and currently employ a minimum of five employees specifically in the service department. As part of this program, the MANUFACTURER shall evaluate the service technicians as well as the service organization annually. The service company will be authorized by the MANUFACTURER to make independent warranty judgments. The areas covered by the program shall include , as a minimum : 1. Pump Population Information -The service company will maintain a detailed database for the grinder pumps in the territory that tracks serial numbers by address . 2. Inventory Management-The service company must maintain an appropriate level of inventory (pumps , tanks, panels, service parts, etc.) including regular inventory review and proper inventory labeling . Service technicians will also maintain appropriate parts inventory and spare core(s) on service vehicles . 3. Service Personnel Certification -Service technicians will maintain their level-specific certification annually. The certifications are given in field troubleshooting, repair, and training . Service Documentation and Records -Start up sheets, service call records, and customer feedback will be recorded and available by the service company . 5. Shop Organlzation -The service company will keep its service shop organized and pumps will be tagged with site information at all times . The shop will have all required equipment, a test tank, and cleaning tools necessary to service pumps properly. 6. Service Center Requirements: The service company shall have an established service center fully stocked with parts and spare pumps within 25 miles of Lake Worth , operating for a minimum period of 5 years. The shop must have a test tank, panel and all repair tools . The service center shall have a service vehicle with spare pump and all field service tools available at this location. The service center must be open for inspection along with all listed items a minimum of 15 days prior to bid date. 3.03 DELIVERY: All grinder pump units will be delivered to the job site 100 percent completely assembled, including testing, ready for installation. Field installation of the pump in tanks under 96 inches is not allowed. Field installation of the level sensor into the tank is not allowed. Grinder pump stations will be individually mounted on wooden pallets. 3.04 INSTALLATION: Earth excavation and backfill are specified under SITE WORK; but are also to be done as a part of the work under this section, including any necessary sheeting and bracing. The CONTRACTOR shall be responsible for handling ground water to provide a firm, dry subgrade for the structure, and shall guard against flotation or other damage resulting from general water or flooding . The grinder pump stations shall not Qe set into the excavation until the installation procedures and excavation have been approved by the ENGINEER. The CONTRACTOR shall provide a two-year maintenance warranty on installation work . Remove packing material. Users instructions MUST be given to the OWNER. Hardware supplied with the unit, if required, will be used at installation. The basin will be supplied with a standard 4" inlet grommet (4 .50" OD) for connecting the incoming sewer line . Appropriate inlet piping must be used. The basin may not be dropped, rolled or laid on its side for any reason. 11073-9 Installation shall be accomplished so that 1" to 4" of accessway , below the bottom of the lid, extends above the finished grade line . The finished grade shall slope away from the unit. The diameter of the excavated hole must be large enough to allow for the concrete anchor. A 6" inch (minimum) layer of naturally rounded aggregate , clean and free flowing, with particle size of not less than 1/8" or more than 3/4" shall be used as bedding mater ial under each unit. A concrete anti-flotation collar, as detailed on the drawings , and sized accord ing to the manufacturer's instructions, shall be required and shall be pre-cast to the grinder pump or poured in place . Each grinder pump station with its pre-cast anti-flotation collar shall have a minimum of three lifting eyes for loading and unloading purposes . If the concrete is poured in place , the unit shall be leveled, and filled with water, to the bottom of the inlet, to help prevent the unit from shifting while the concrete is being poured . The concrete must be manually vibrated to ensure there are no voids . If it is necessary to pour the concrete to a level higher than the inlet piping, an 8" sleeve is required over the inlet prior to the concrete being poured. The CONTRACTOR will provide and install a 4-foot piece of 4-inch SCH 40 PVC pipe with water tight cap , to stub-out the inlet for the property owners' installation contractor,. as depicted on the contract drawings. The electrical enclosure shall be furnished, installed and wired to the grinder pump station by the CONTRACTOR. An alarm device is required on every installation, there shall be NO EXCEPTl~r · · · It will be the responsibility of the CONTRACTOR and the ENGINEER to coordinate with the indiv idu ...i1 property owner(s) to determ ine the optimum location for the Alarm Panel. The CONTRACTOR shall mount the alarm device in a conspicuous location , as per national and local codes . The alarm panel will be connected to the grinder pump station by a length of 6 conductor 12 gauge type TC cable as shown on the contract drawings . The power and alarm circuits must be on separate power circuits. The grinder pump stations will be provided with 75-ft, 100-ft, or 150-ft of useable , electrical supply cable to connect the station to the alarm panel. This cable shall be supplied with a FACTORY INSTALLED EQD half to connect to the mating EQD half on the core. 3.05 BACKFILL REQUIREMENTS: Backfill of clean native earth , free of rocks, roots, and foreign objects shall be thoroughly compacted in lifts not exceeding 12 inches to a final proctor density of not less than 85 percent. Improper backfilling may result in damaged accessways. The grinder pump station shall be installed at a minimum depth from grade to the top of the 1-1/4-inch or 2-inch discharge line, to assure maximum frost protection. The finish grade line shall be 1 inch to 4 inches below the bottom of the lid , and final grade shall slope away from the grinder pump station . All restoration will be the responsibility of the CONTRACTOR. Per unit costs for this item shall be included in the CONTRACTOR's bid price for the individual grinder pump stations . The properties shall be restored to their orig inal condition in all respects , including, but not limited to, curb and sidewalk replacement, landscaping , loaming and seeding, and restoration of the traveled ways, as directed by the ENGINEER. 3.06 START-UP AND FIELD TESTING: The MANUFACTURER shall provide the services of qualified factory trained technician(s) who shall inspect the placement and wiring of each station, perform field tests as specified herein, and instruct the OWNER'S personnel in the operation and maintenance of the equipment before the stations are accepted by the OWNER. All equipment and materials necessary to perform testing shall be the respons ibility of the INSTALLING CONTRACTOR. This includes , as a min imum , pressure gauges, a portable generator and power cable (if temporary power is required), water in each basin (filled to a depth sufficient to verify the high level 11073-10 alarm is operating), and opening of all valves in the system . These steps shall be completed prior to the qualified factory trained technician(s) arrival on site. The services of a trained factory-authorized technician shall be provided at a rate of 40 hours for every 100 grinder pump stations supplied. Upon completion of the installation, the authorized factory technician(s) will perform the following test on each station : 1. Make certain the discharge shut-off valve in the station is fully open . 2. Turn ON the alarm power circuit and verify the alarm is functioning properly . 3. Turn ON the pump power circuit. Initiate the pump operation to verify automatic "on/off' controls are operative . The pump should immediately tum ON . 4: Consult the Manufacturer's Service Manual for detailed start-up procedures. Upon completion of the start-up and testing, the MANUFACTURER shall submit to the ENGINEER the start-up authorization form describing the results of the tests performed for each grinder pump station . Final acceptance of the system will not occur until authorization forms have been received for each pump station installed and any installation deficiencies corrected. 4.0 OPERATION AND MAINTENANCE 4.01 SPARE CORE: The MANUFACTURER will supply four (4) spare grinder pump cores, complete with all operational controls, level sensors, check valve, anti-siphon valve, pump/motor unit, and grinder. ' 4.02 MANUALS: The MANUFACTURER shall supply four copies of Operation and Maintenance Manuals to the OWNER, and one copy of the same to the ENGINEER. END OF SECTION 11073-11 WARRANTY PERFORMANCE CERTIFICATION As a pre-bid certification requirement, each bidder shall provide a Warranty Performance Certification executed by the most senior executive officer, which certifies a minimum of a five (5) year warranty . They must further detail any exclusions from the warranty or additional cost items required to maintain the equipment in warrantable condition, including all associated labor and shipping fees, and certify that the manufacturer will bear all costs to correct original equipment deficiency for the effective period of the warranty. I, _____________________ , by and through my duly authorized signature below as its most senior operating executive, certify that ---------------------will provide a five (5) year warranty on grinder pump equipment manufactured and supplied by--------- _____________________ for the-------- ---------------------project. I further certify that, other than failure to install equipment in accordance with manufacturer's instructions, no exclusions and/or cost items to maintain said equipment in warrantable condition, including labor, travel and shipping fees , exist except as detailed immediately below: EXCLUSIONS: 1. 2. ___________________ ___ 3 . ___________________ ___ COST ITEMS TO MAINTAIN EQUIPMENT IN WARRANTABLE CONDITION: 1. 2. _________ __ 3. _________ __ 4. _________ __ 5. _________ __ Required Frequency (mos) Avg. monthly cost ($) times warranty period $ ____ _ $ ____ _ $ ____ _ $ ____ _ $ ____ _ Total labor/material cost to maintain equipment in warrantable condition for warranty period ($): For any items not identified as exclusions or additional cost items above , OR for additional labor & material costs required to maintain equipment in warrantable condition that exceed the Avg. monthly cost ($) detailed above, will bear all costs to correct such original equipment deficiency for the effective period of the warranty including all applicable labor, travel and shipping fees . Signature Date Title 11073-12 SECTION 15002 FIELD TESTING OF HOPE PRESSURE PIPING SYSTEMS 1.00 GENERAL 1.01 SCOPE A. Provide all necessary labor, materials and equ ipment , including test pumps and gauges, as well as temporary valves and pip ing to perform the testing operat ions of piping systems as specified herein. B. All pipelines will be tested. C. CONTRACTOR's Responsibility: 1. Take such precautions as required to prevent damage to lines and appurtenances being tested. ~-Repa ir any damage resulting from tests. 3. Repair and retest all items which do not pass the tests as specified herein. 4. Conduct all tests in the presence of the ENGINEER , and to the satisfaction of the ENGINEER and all State and local authorities having jurisdiction . 5. All necessary pumps, water, pipe connections , meters, gauges, and any necessary apparatus to perform and conduct the tests shall be furnished by the CONTRACTOR. CONTRACTOR shall furn ish all necessary equipment and make all tests at CONTRACTOR's expense without separate measurement and payment, but said expense shall be subsidiary to installation of pipe . D. Test pressures are specified in the schedule at the end of this section . E. Water used for testing purposes shall be potable water only. 1.02 REFERANCE STANDARDS PPI TR-31 Underground Installation of Polyolefin Pip ing, Section 7, System Testing. 1.03 SUBMITT ALS A. Submit record data describing proposed testing methods, procedures , and apparatus for ENGINEER'S record, prior to testing. 8 . Conform to any other applicable requirements of Section 1301 . C. Submit a certified test report for each test to ENGINEER certifying the test pressures, duration of the test, leakage and pertinent observations and comments. 15002-1 1.04 GENERAL SEQUENCE OF WORK A. Obtain the OWNER's approval of proposed testing methods, procedures, and apparatus, before performing any test. B. Upon receipt of the OWNER 's approval, subm it a schedule of testing dates and times at least 24 hours in advance of testing. C. Perform tests as specified herein . 1.05 DEFINITIONS A. "Gravity lines " shall refer to HOPE pipes designed to normally operate in a partially full condition. B. "Pressure lines" shall refer to HOPE pipes designed to operate in a full condition, with the system's energy grade line at or above the top of the pipe dur ing normal operat ing conditions. 2.00 PRODUCTS Not Applicable : 3.00 EXECUTION 3.01 TESTING OF PRESSURE LINES A. General : 1. Allow concrete blocking to cure for at least 7 days before test ing. 2. Backfill and compact soil behind all blocking . 3. Backfill over pipe to extent necessary to restrain the piping. Backfill shall extend to within 1-foot of proposed final grade. 4. Conduct water leakage test after completing hydrostatic pressure tests . 5. Lines which fail to hold the specified test pressure for at least two hours or which exceed an allowable leakage rate specified below, shall be repaired to the satisfaction of the ENGINEER and retested at the CONTRACTOR's expense. 6. Test section and test water temperature shall be less than 100°F. Before applying test pressure, time may be required for the test medium and test section to temperature equalize. B. Procedures for Leakage and Hydrostatic Pressure Tests: 1. Slowly fill isolated section of line with water. 2. Insure that all air has been expelled through air and vacuum release valves, taps , or connections shown on Plans for permanent piping, valves, or accessories. Do not make additional taps solely for air expulsion purposes unless approved by ENGINEER. No additional compensation will be made for additional taps . 3. Apply specified test pressure based on the elevation of the lowest section of line under test and corrected to elevation of test gauge. The total test time including 15002-2 initial pressurization, initial expansion, and time at test pressure, must not exceed eight (8) hours. If the pressure .test is not completed due to leakage, equipment failure, etc., the test section should be depressurized, and allowed to "relax" for at least eight (8) hours before bringing the test section up to test pressure again. The test pressure listed in section 3.02 shall be maintained for at least two hours. 4. At the end of the two hours of the test, the entire route of the pipeline shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable. The pipe shall be retested. 5. All pipes shall be tested for leakage by a hydrostatic pressure test. Lines shall be filled slowly, with a maximum velocity of 1-foot per second, while venting all air. If permanent air vents have not been installed, the CONTRACTOR shall install corporation cocks at all high points to expel air during initial filling and testing of the lines. The duration of each leakage test shall be at least two hours unless otherwise specified, and during the test the line shall be subjected to ::1. continuous pressure equal to that required in section 3.02 at the lowest elevation . The test procedure consists of initial expansion, and test phases. During the initial expansion phase, the test section is pressurized to the test pressure, and sufficient make-up water is added each hour for three (3) hours to return to test pressure. T Ph est ase Mk a e-up A mount Make-up Water Allowance (U.S. Gallons per 100 ft of Pipe) Nominal Pipe Size, 1 Hour Test 2 Hour Test 3 Hour Test in. 1.25 0.06 0.10 0.16 1.5 0.07 0.10 0.17 2 0.07 0.11 0.19 3 0.10 0.15 0.25 4 0.13 0.25 0.40 5 0.19 0.38 0.58 6 0.3 0.6 0.9 8 0.5 1.0 1.5 10 0.8 1.3 2.1 12 1.1 2.3 3.4 14 1.4 2.8 4.2 16 1.7 3.3 5.0 18 2.0 4.3 6.5 20 2.8 5.5 8.0 22 3.5 7.0 10.5 24 4.5 8.9 13.3 15002-3 26 5.0 10.0 15 .0 28 5.5 11 .1 16 .8 30 6 .3 12.7 19.2 32 7 .0 14.3 21.5 34 8 .0 16.2 24 .3 36 9 .0 18 .0 27 .0 42 12.0 23 .1 35.3 48 15 .0 27.0 43.0 54 18.5 31.4 51 .7 After the initial expansion phase, about four (4) hours after pressurization , the test phase beg ins. The test phase may be one (1), two (2), or three (3) hours , after which a measured amount of make-up water added does not exceed the above listed values, leakage is not indicated . The test pressure shall be applied by means of a pump connected to the pipe and to an approved water container, or other approved method, for accurate measurement. The test pressure shall be maintained (by addit ional pumping , if necessary) for the spec ifkr ' <i i.me. While the line is under pressure, the system and all exposed pipe, fitt in, .. -.; .. '::ves, and hydrants shall be carefully exam ined for leakage. All defective elem0 nts shall be repaired or replaced and the test repeated until all visible leakage has been stopped and the allowable leakage requ irements have been met. 6. On completion of tests , any newly installed, approved taps shall be repaired or plugged per the ENGINEER's direction . 7. Thoroughly purge all compressed air lines after testing . 3.02 TEST PRESSURES FOR PRESSUREUNES All piping shall be tested to 125 psig at the lowest point tested. END OF SECTION 15002-4 SECTION 15035 HIGH DENSITY POLYETHYLENE (HOPE) PRESSURE PIPE PART 1 -GENERAL 1.01 WORK INCLUDED High Density Polyethylene (HOPE) pressure pipe and fittings in sizes 1/2-inch through 63-inch. HOPE pipe shall be provided in iron pipe standard sizes (IPS). 1.02 QUALITY ASSURANCE A. Reference Specifications: 1. AWWA C906: Polyethylene (PE) Pressure Pipe and Fittings, 4 inches through 63 inches, For Water Distribution. AWWA C901 : Polyethylene Pressure Pipe and Tubing , 1/2-inch through 3 inch, for Water Service. 3. NSF Std #14: Plastic Piping Components and Rel_ted Materials . 4. ASTM D638: Test Method for Tensile Properties of Plastics. 5. ASTM D790: Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 6. ASTM D1238: Test Method for Flow Rates of Thermoplastics by Extrusion Plastometer. 7. ASTM F1473: Standard Test Method for Notch Tensile Test to Measure the Resistance to Slow Crack Growth of Polyethylene Pipes and Resins 8. ASTM D1505: Test Method for Density of Plastics by the Density-Gradient Technique. 9. ASTM D1598: Test Method for Time-to-Failure of Plastic Pipe Under Constant Internal Pressure 10. ASTM D1599: Test Method for Short-Time Hydraulic Failure Pressure of Plastic Pipe, Tubing, and Fittings. 11. ASTM D1693: Test Method for Environmental Stress-Cracking of Ethylene Plastics . 12. ASTM D2122: Method for . Determining Dimensions of Thermoplastic Pipe and Fittings. 13. ASTM D2837: Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 14. ASTM D3350: Specification for Polyethylene Plastics Pipe and Fittings Materials. 15. ASTM F1248: Test Method for Determination of Environmental Stress Crack Resistance (ESCR) of Polyethylene Pipe . 16. ASTM 04218: Test Method for Determination of Carbon Black Content in Polyethylene Compounds by the Muffle-Furnace Technique. 17. ASTM D2737: Specification for Polyethylene (PE) Plastic Tubing. 18. ASTM D2239: Specification for Polyethylene (PE) Plastic Pipe (SIDA-PR) Based on Controlled Inside Diameter. · 15035-1 19. ASTM 03261: Butt Heat Fusion Polyethylene PE Plastic Fittings for Polyethylene PE Plastic Pipe and Tubing. 20. ASTM F2206: Fabricated Fittings of Butt-Fused Polyethylene (PE) Plastic Pipe, Fittings, Sheet Stock, Plate Stock, or Block Stock. 21. ASTM F1055: Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing. B. High Density Polyethylene (HOPE) pressure pipe and fittings may be rejected for failure to meet any of the requirements of this specification. Pipe rejected by the ENGINEER shall be removed from the site. c. Inspection: The quality of all materials, process or manufacture and the finished pipe shall be subject to the inspection and approval of the ENGINEER. 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance with the requirements of Section 01301. 8. Submit manufacturer's installation instructions. c. Submit affidavits of compliance with the referenced standards. NSF requirements only apply to potable water applications. 1.04 DELIVERY, STORAGE AND HANDLING A. Comply with the manufacturer's handling and storage recommendations. B. Use nylon slings or rope to lift bundles of pipe . Do not use chains. C. Do not drop pipe. D. Support pipe every 4 feet. E. Limit stacking height of pallets to prevent any undue stress or deflection in pipe materials. F. Manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. G. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. 15035-2 H. Sections of pressure pipe having been discovered with cuts or gouges in excess of 1 O percent of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion join ing method. 1. Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. Care must be exercised to avoid cutting or gouging the pipe. PART 2 -PRODUCTS 2.01 GENERAL A. Pressure pipe for potable water systems shall bear the seal of approval of the National Sanitation Foundation for use in potable water systems . B. All HOPE pipe shall be new and shall be marked as in Paragraph E below. C. Pressure pipe shall be as manufactured by Rinker Materials Polypipe or approved equal. D. The pipe shall have true section complying with the sizes specified . A ll pipe shall be free from cracks, holes, blisters, voids, projections , defects, roughness and chalking, sticky or tacky material. E. Injection molded and electrofusion fittings shall be as manufactured by Central Plastics Company or approved equal. Fabricated fittings shall be as manufactured by ISCO Industries or approved equal. Fittings shall have a minimum pressure rating equal to the pressure rating of the pipe it is attached to. F. Pipe and fittings must be marked as prescribed by AWWA C901 or C906 and NSF. Pipe markings will include nominal size, OD base (ie.: 12 inch iron pipe sizing, IPS), dimension ratio, pressure class, Working Pressure Rating (WPR), AWWA C901 or C906, manufacturer's name, manufacturer's production code including day, month, year extruded, and manufacturer's plant and extrusion line ; and optional NSF-pw logo. 2.02 Material Materials used for the manufacture of polyethylene pipe and fittings shall be extra high molecular weight, high density ethylene/hexene copolymer PE 3408-345464C polyethylene resin as defined in ASTM 03350 meeting the above appropriate referenced specifications: The polyethylene pipe manufacturer shall provide certification that stress regression testing has been performed on the pipe p(oduct. The said certification shall include a stress life curve per ASTM 02837. The stress regression testing shall have been done in accordance with ASTM 02837, and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HOB) of 1,600 psi, as determined in accordance with ASTM D2837. 15035-3 Further, the material shall be listed by PPI (the Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR-4 with a 73°F hydrostatic design stress rating of 1600 psi, and a 140°F hydrostatic design stress rating of 800 psi. The PPI Listing shall be in the name of the pipe manufacturer, and shall be based on ASTM D2837 and PPI TR-3 testing and validation of samples of the pipe manufacturer's production pipe. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance to these specifications. 2.03 PIPE EXTRUSION The pipe shall be extruded using a melt homogenizing/plasticating extruder and "appropriate" die. The extruder screw design should be customized for the HOPE being processed. The extruded tubular melt will be vacuum or pressure sized in downstream cooling tanks to form round pipe to specification diameter and wall thickness with a "matt finish" surface, per AWW A C901 or C906. 2.04 PIPE AND FITTINGS A. Pipe Pipe supplied under this specification shall have a nominal IPS (iron pipe size) OD unless otherwise specified. The SOR (Standard Dimension Ratio), and the pressure rating of the pipe supplied shall be as specified by Engineer. The pipe shall be produced from approved HOPE pipe grade resin(s) to the dimensions and tolerances specified in AWW A C901 or C906. Any pipe supplied for non-potable reuse water line shall be purple in color. The pipe for potable, sanitary sewer, and raw water lines shall be black in color. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be nominally identical in color, density, melt index, and other physical properties throughout. B. Pipe Performance The pipe shall be in compliance with the physical and performance requirements of applicable referenced specifications. Specifically, the pipe will be extruded from resin meeting specifications of ASTM D3350 with a cell classification of PE 345464G. C. Fittings The HOPE fittings shall be standard commercial products. Provide fittings manufactured by injection molding if available, otherwise fittings shall be fabricated from C901 or C906 pipe conforming to this specification. All fittings shall be provided/recommended by the manufacturer of the pipe on each project. The fittings 15035-4 shall be manufactured from the same resin type, grade, and cell c lassification as the pipe itself. The fittings shall be fully pressure rated by the manufacturer to provide a working pressure equal to the pipe. The manufacture of the fitt ings shall be in accordance with good commercial practice to provide fittings homogeneous throughout and free from cracks, holes , foreign inclusions , voids , or other injurious defects. The fitt ing shall be as uniform as commercially practicable in color, opacity , density, and other physical properties. The minimum "quick-burst" strength of the fittings shall not be less than that of the pipe with which the fitting is to be used . All fittings shall be pressure tested by the pipe/fitting manufacturer to the specification and requirements of AWW A C901 or C906. Standard fittings are tees, ells , wyes, 45° bends, flange adapters, reducers , transition fittings, branch and service saddles, and hot-tap tees. 2.05 REPAIR EQUIPMENT/SPARE PARTS The contractor shall supply the following HDPE pipe repair equipment to the City. All repair equipment and spare parts shall be new equipment. A. Furnish three (3) 500 kV portable AC generators with twist lock plugs . The powe r output must be continuous rating not peak rat ing. The generator shall be compatible with the processor provided . The generator shall have a one-year warranty. B. Furnish three (3) bar code Universal processors for use with an AC generator that can be used with electrofusion fittings from multiple suppliers. The processor shall have a primary voltage of 11 O or 115 V AC with a frequency of 50-60 Hertz and will operate from Oto 120°F. The processor shall have a one-year warranty. The processor shall be as manufactured by Central or approved equal. c. Furnish three (3) of each size of HDPE scraper tool required for the pipe be ing provided on this project. Scraper shall be as manufactured by Central Plastics Company or approved equal. D. Furnish three (3) manual squeeze tools for 3 " IPS HDPE pipe to shut off the flow in a pipe during repairs . Squeeze tool shall be as manufactured by McEl roy or approved equal. E. Furnish 100 linear feet of each size and pressure rating of HDPE suppl ied in this project. Additional pipe furnished shall be from the same manufacturer as supplied for the rest of the project. F. Furnish a supply of spare parts equal to a minimum of 10 percent of the each size and type of fitting installed, with a minimum of one spare fitting of each size and type. Also provide 1 coupler for every 1000 LF of each size of HDPE being supplied. All fittings supplied as spare parts shall be of the electrofusion type. The pressure rating on the fittings and couplers shall be greater than or equal to the fittings or pipe being supplied. Electrofusion fittings shall be from the same manufacturer as supplied for the rest of the project. If electrofusion fittings are not used in the installed low pressure sewer system then fittings shall be from an engineer approved manufacturer. 15035-5 PART 3 -EXECUTION 3.01 INSTALLATION A. General: 1. Comply with the general requirements of these specifications and the supplemental requirements following. 2. Install all piping in accordance with pipe manufacturer's instructions. s. Making of Joints: Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be by either the heat fusion or electrofusion method, and shall be performed in strict accordance with the pipe and fitting manufacturer's recommendations. 1. The heat fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to, temperature requirements of 450°F, alignment, and 75 psi interfacial fusion pressure. Heat fusion joining shall be .100% efficient offering a joint weld strength equal to or greater than the tensile strength of the pipe. The fusion equipment operator shall receive training us ing the recommended rxocedure. The Contractor shall be responsible to verify that the fusion eq~ · · · , 1t is in good operating condition and that the operator has been trained wit 1, u 1e past twelve months. . . 2. Polyethylene pipe and fittings may be joined using appro_ved electrofusion couplings. Fittings shall be PE3408 HOPE, Cell classification of 345464C as determined by ASTM 03350-02. Electrofusion fittings shall have a manufacturing standard of ASTM F1055. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All electrof us ion fittings shall be suitable for use as pressure conduits, and per AWW A C906, have nominal burst values of three and one-half times the Working Pressure Rating (WPR) of the fitting. 3. Socket fusion, hot gas fusion, threading, solvents, and epoxies will not be used to join HOPE pipe. 4. Mechanical joining will be used where the butt fusion and electrofusion methods can not be used or where called out on plans. Mechanical joining will be accomplished by either using an HOPE flange adapter with a Ductile Iron back up ring or HOPE Mechanical Joint adapter with a Ductile Iron back-up ring. Flanges, unions, grooved- couplers, transition fittings and some mechanical couplers may be used to mechanically connect HOPE pipe without butt fusion. Refer to manufacturer's recommendations. 5. Plastic to Metal Connections: a. Make all plastic to metal connections by means of HOPE adapters. b. 00 not cut threads on HOPE Pipe. C. Buried Piping: 1. All excavation shall be done in an approved manner to the elevations and grades shown on the Plans or specified. The trench bottom shall be free of sharp rocks and large clods of dirt. 2. Embedment for HOPE pipe shall be as shown on the Plans : ASTM C33 #67 embedment under the pipe to a depth 0.75 o.d. (maximum 6") and initial backfill 15035-6 to 6 inches over the pipe . All bedding and granular backfill mater ial shall be consolidated to 85 percent standard proctor density. 3. Backfill shall be placed according to the contract documents . 4. Pipe shall be placed in trench so that the pipe forms a slight "S" curve in the trench to accommodate expans ion and contraction of the HOPE mate rial in accordance with the manufacturer's recommendations. D. Exposed Piping : 1. Where required HOPE piping shall be installed in the locations indicated with hangers, brackets, supports, etc ., at spacings recommended by the pipe manufactu rer. · 2. Flexible connect ions shall be requ ired at locations where pipe passes through a concrete wall. 3.02 FIELD TESTING Comply with the requirements of Section 15002. END OF 'ION 15035-7 PART 1 -GENERAL SECTION 15100 VALVES 1.01 WORK INCLUDED Furnishing and installation of miscellaneous valves, cocks and stops for force main and service connections including operators , valve boxes and accessories as shown on the Plans and specifications. For brevity, the term "valves" shall be construed to mean valves, cocks and stops and their associated operators and accessories. Refer to Section 11073 for valves included in the grinder pump station. 1.02 QUALITY ASSURANCE A. Ref em.. _.:. Standards: As specified for individual valves in Part 2. B. Each valve shall have manufacturer's name plate in stainless steel showing the pressure ratings , serial and model numbers, year manufactured and other pertinent data. c. Valve supplier shall maintain a complete stock of spare parts in the State of Texas or shall indicate that parts will be delivered upon 24 hours of receipt of request. D. Manufacturers of each type of valve shall demonstrate a minimum of 5 years of experience in similar applications for sizes of valves being furnished. References shall be furnished upon request. E. The valve manufacturer shall furnish test results for hydrostatic and cycle tests , material tests, and proof tests conducted per referenced standards with all adjustments noted for the valve sizes furnished. 1.03 SUBMITI ALS A. Shop Drawings and Product Data: 1. Comply with the general requirements of Section 01301 and the supplemental requirements below. 2. Submit one drawing or illustration showing unit construction for each type and size valve used . 3. Submit the following information for each type of valve furnished: a. Specific application expressed in terms of service and contract drawing number where shown. b. Description including type of valve, type of operator and accessories included. 15100-1 c. Size and type of end connections. d. Maximum non-shock working pressure for which valve is designed. e. Materials of construction and coatings for valves and accessories. f. Manufacturers make and model. g. K or Cv value. 4. If catalog bulletins are used to communi~ate above information, mark out inapplicable information. B. Affidavits: Submit affidavits of compliance with the reference standards when standards are specified. C. Operation and Maintenance Data: Comply with the requirements of General Conditions and Section 01301. 1.04 DELIVERY, STORAGE AND HANDLING Comply with the requirements of the General Conditions and manufacturers' recommendations. PART 2 -PRODUCTS 2.01 GENERAL A. Obtain all valves, extensions, and associated manual operators of a given type from a single manufacturer. B. Furnish valves in the sizes specified on the Drawings. C. Valves shall be capable of withstanding the maximum system pressures. D. Valve operators to turn to left, counterclockwise, to open and to right, clockwise, to close. E. End connections shall be compatible with those specified for pipe. F. Paint valves and operators as shown on the plans and specified in the contract documents, colors to be selected by Owner. G. All internal materials for valves shall withstand corrosion. H. Buried valyes shall utilize stainless steel shaft extensions with 2-inch square nut and valve boxes with covers. 2.02 PLUG VALVE DETAILS A. Valve type: AWWA C-504 Eccentric Plug non-lubricated, resilient seated with port area not less than 80 percent of pipe area. 15100-2 B. Nonshock working pressure @ 100°F: 175 psig . C. Construction for 3-inch and 4-inch Valves: 1. Body: Cast iron (in accordance with AWWA C-504 or C-509). 2. Plug: Cast Iron, neoprene faced (in accordance with AWWA C-504). 3. Bearings: Oil impregnated stainless steel.or teflon. 4. Shaft seal: Nitrile-butadiene chevron packing , bronze cartridge with a-rings or V- type. 5. Body seat: Nickel steel machined or 300 series stainless steel. 6. Exterior and interior coating: 4 -6 mil of 2-part hibuild epoxy, each . 7. Joint type: Bell ends for rubber gasketed pipe. D. Construction for 1.5-inch through 2.5-lnch valves: 1. Body: Cast iron (in accordance with AWW A C-504 or C-509). 2. Plug: Cast iron, neoprene faced (in accordance with AWWA C-504). 3. Bearings : Oil impregnated stainless steel or teflon. 4. Shaft seal: Nitrile-butadiene non-adjustable V-type packing. 5. Body seat: 300 series stainless steel. 6. Exterior and interior coating: 4 -6 mil of 2-part hibuild epoxy , each. 7. Joint type : Bell ends for rubber gasketed pipe. E. Manufacturers and figure numbers: 1. DeZurik, Figure 118. 2. Valmatic Series 5000. 3. Keystone. 4. Pratt . F. Accessories: 1. Furnish accessories specified and as required for a complete system. 2. Valve boxes for buried service: a. Three piece screw type 5-1/2-inch diameter, cast iron construction. b. Concrete pad 2'-0" diameter x 6-inch thick around valve box at ground surface. c. Valve box lids shall be labeled "SEWER" and shall be painted safety green . d. Other features as shown on drawings . 3. Stem guides to be made of cast iron with bronze bushings and to have adjustable offset. 4. All components of shaft extensions shall be stainless steel including nut shaft, shaft housing and guides. Minimum shaft diameter shall be 1-inch or diameter of valve shaft, whichever is larger. All components shall have continuous welded joints. Provide stem guides or rock shields at 5-foot intervals. 5. Acceptable Manufacturers: a. Valve boxes for burled service: Clow, Model F-2454. b. Stem guides: Clow, Model F-5660. c. Or approved equivalent. 15100-3 2.03 CORPORATION STOP FOR SERVICE CONNECTION A. Valve type: Ball valve curb stop. B. Nonshock working pressure: 300 psi. C. Valve Construction: 1. Body: Heavy cast bronze (in accordance to AWWA Standard CS00-89.) 2. Ball: Spherical fluoro-carbon-coated brass ball . 3. Solid bronze, one-piece tee-head and stem . Checks allowing 90° motion are enclosed and protected. 4. Bronze restraining ring shall lock stem into body of valve. 5. Stem 0-rings: Two (2) EPDM 0-ring seals . 6. Seats: Molded Buna-N rubber seats shall support ball. 7. Pack joint connections with Buna-N beveled gasket for watertight connection to PVC Schedule 40 pipe. D. Acceptable Manufacturer: Ford Meter Box Company, Model 811-333 or approved equal. E. Curb Boxes: 1. The Curb Box shall have a cast iron lid, a 1-inch steel pipe upper section, a cast iron lower section, and a steel rod. The cast iron lid and the lower section shall meet all applicable standards of ASTM A48 Class 25. The upper section shall be manufactured from· standard steel pipe. The curb box rod shall be AISI C101 O steel. 2. The cast iron lid shall be the plug style with pentagon bolt, cast around a threaded brass bushing . The brass bushing will have pipe threads that will attach to the upper section. The lid will surround the bushing's molded brass tabs, which will prevent the bushing from dislodging during operation. 3 . The upper and lower sections shall have a 12-inch telescoping height adjustment for various service line depths less than the nominal product height, and shall be secured with a silicon bronze tension ring. The upper section shall have two diametrically opposed, machine-formed tabs that shall engage two ribs within the . lower section. This will prevent the upper section from turning within the lower section during lid operation. 4. The lower section shall have an arch to span a 3/4-inch or 1-inch curb stop. The arch shall allow for an optional curb box base, Model CB-7, which shall span 1-1/4- inch, 1-1/2-inch, and 2-inch curb stops, and shall increase (5 inches) the overall curb box height. 5. The curb box rod shall be manufactured of 0.558-inch diameter steel rod, welded to a cast tee-head socket. The tee-head socket shall accommodate a 3/16-inch brass cotter pin (alloy 260, ASTM 8134), which will be furnished by the manufacturer. The depth of the socket shall be 9/16-inch from the centerline of the cotter pin. The socket width shall be approximately 5/8-inch. The top of the curb box rod shall have a spade approximately 5/16-inch thick, 5/8-inch by 5/8-inch square, for operation with a stationary rod key, Model 15100-4 Number SRK. The curb box rod shall have a self-centering feature formed in the rod, below the spade. The self-centering feature will be a double curve, each curve formed in an opposite direction from the rod axis, within a plans perpendicular to the spade. This will keep the spade properly positioned from the curb box wall for easy engagement of the stationary rod key (SRK). 6. The curb box shall be the EA 1-30-40-18R or designated height, as manufactured entirely in the United States by the Ford Meter Box Company, Inc., Wabash, Indiana, or approved equal. 2.04 CHECK VALVE FOR SERVICE CONNECTION The check valve shall be brass swing check valve for water service with metal-to-metal seal and NPT connections as manufactured by Watts or equal. 2.05 LOCKABLE 1.5-INCH BRONZE BALL VALVES FOR CLEANOUT ASSEMBLIES PART 3-EXECUTION 3.01 INSTALLATION A. Install all valves, floorstands, and appurtenances in complete accordance with manufacturers instructions and recommendations . B. Installation shall be in accordance with the plans, approved shop drawings and the manufacturers instructions. C. Install valves and valve operators to provide for ease of access and operation. D. Space stem guides at eight feet center to center maximum or closer if recommended by manufacturer. 3.02 FIELD QUALITY CONTROL A. Retain a qualified representative of the manufacturer to perform the following services: 1. Inspect the completed installation and note deficiencies. 2. Assist the CONTRACTOR during start-up, adjusting, and site testing of competed installation as required. 3. Instruct OWNER personnel in the operations and maintenance of the equipment. END OF SECTION 15100-5 SECTION 15112 PRESSURE REDUCING VALVE (SMALL DIAMETER} PART 1 -GENERAL 1.01 SUMMARY A. Section Includes 1. The CONTRACTOR shall furnish, install , and test the pressure reducing valves and appurtenances complete as shown on the Plans and specified herein. 2. The CONTRACTOR shall adjust and verify the outlet pressure of each pressure reducing valve. B. Related Sections 1. Section 01301 -Contractor's Submittals. 2. Section 09902 -Painting. 1, ~· REFERENCES A. ANSI/NSF 61 - Dr inking Water System Components -Health Effects. 1.03 SYSTEM DESCRIPTION A. Design Requirements 1. Inlet Pressure: 120± psi. ·2. Minimum Outlet Pressure: 40 psi. 3. Maximum Outlet Pressure: 80 psi. B. Performance Requirements 1. The valve shall function to automatically reduce a higher and fluctuating inlet pressure to a lower steady outlet pressure , regardless of yariations in demand. 1.04 SUBMITT ALS A. Shop Drawings 1. Comply with the general requirements of Section 01301 . 2. Submit one drawing or illustration showing unit construction for each type and size valve used. 3. Submit the following information for each valve : a. Description including type, size, and model number of valve. b . Size and end connections. c. Maximum non -shock working pressure for which valve is designed. d. Materials of construction and coatings for valves . 4. If catalog bulletins are used to communicate above information, mark-out inapplicable information. 5. Submit recommended Operation and Maintenance data and instructions. 1.05 QUALITY ASSURANCE 15112 A. Each valve shall have a stainless steel manufacturer's nameplate snowrng me pressure ratings, serial and model numbers, year manufactured and other pertinent data. B. Valve supplier shall maintain a complete stock of spare parts in the State of Texas or shall indicate that parts will be delivered upon 48 hours of receipt of request. C. All surfaces and materials in contact with water or in contact with a chemical being added to water that is being treated for potable use, shall conform to ANSI/NSF 61 and be certified by an organization accredited by ANSI, or shall meet the TCEQ requirements for contact with potable water. 1.06 DELIVERY, STORAGE AND HANDLING A. Acceptance at Site 1. CONTRACTOR shall bear the responsibility of receiving delivery of the valves at the job site. B. Storage and Protection 1. CONTRACTOR shall store and protect the valves as required and specified by the Manufacturer. 2. Valves shall be stored in such a way to prevent water and debris from submerging and entering the valve. 1.07 PROJECT CONDITIONS (NOT USED) 1.08 WARRANTY The equipment shall be warranted as required by the Contract Documents. 1.09 EXPERIENCE REQUIREMENTS Manufactures of pressure reducing valves shall demonstrate a minimum of ten (10) years of experience in similar applications for sizes of valves being furnished . References shall be furnished upon request. 1.10 MAINTENANCE A. Extra Materials 1. CONTRACTOR shall provide the OWNER with five (5) sets of all special tools required to operate, maintain, clean, and/or adjust the valves. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. CLA-VAL Model 990. B. GA Industries Series 43. 2.02 GENERAL A. Obtain all pressure reducing valves from a single manufacturer. B. All valves shall have an indication of the outlet pressure setting. C. All internal materials for valves shall be non-corrosive. Water passing through the valve may contain up to 4 mg/L of free chlorine or chloramines. 15112 2.03 PRESSURE REDUCING VALVE DETAILS A. Provide valves at all water meter locations, as shown on the plans. B. Valve Type: Direct Acting Pressure Reducing Valve . C. Maximum Inlet Pressure: 357 psi. D. Valve Construction: 1. Body: Bronze ASTM 862. 2. Cover: Bronze ASTM 862. 3. Strainer: 416 Stainless Steel. 4. Valve Trim: 416 Stainless Steel. 5. Diaphragm: Reinforced Neoprene. 6. Disc: Buna-N Rubber. · 7. End Connections: Threaded (NPT). PART 3 -EXECUTION 3.01 INSTALLATION A. Install valves in accordance with manufacturer's instructions and reviewed submittals. B. System shall be checked for leaks after installation and CONTRACTOR shall repair any leaks to the satisfaction of the OWNER. END OF SECTION 15112 .....__~ ATTACHMENT1A FoR r WORTH -~-City of Fort Worth Subcontractors/Suppliers Utilization Form ~~of4 PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J. SCHULTZ, INC. OBA CIRCLE C CONSTRUCTION PROJECT NAME: l MW/DBE l XI NON -M/W/DBE Woodvale Sanitary Sewer & Water Improvements BID DATE 6/17/10 City's M/WBE Project Goal: Prime 's M/WBE Project Utilization: PROJECT NUMBER 14 % 14 % 00391 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety With requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5 ) City business days after bid opening, exclusive of bid opening date , will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement With the M/WBE firm(s) listed in this utilization schedule , co nditioned upo n execution of a contract with t he City of Fort VVo rth. The intentional and/or knowing misrepresentation of facts is grounds for considerat ion of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBE s lis te d towa rd meeting the project goal mus t be located in the nine (9 ) co unty ma rk et plac e or c urre ntly doing busi ne ss in the marketplace at th e time of bid. Marketplace is the geograph ic are a of Tarrant , Parker, Johnson, Collin, Dallas , Denton , Ellis , Kaufman and R ockwal l counties. Identify each Tier level. Tier is the level of subcontracting below th e prime contractor, i.e ., a direct payment from the prime con tracto r to a subcontractor is co nside red 1 st t ier, a pay ment by a subcontracto r to its supplier is considered 2"d t ier 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 licen$ed and operational truck to be u.sed on the contract. The M/WBEmay lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Re v. 5/30/03 fORTWORTH ~- ATTACHMEN T 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 MM/BE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name N T Detail Detail i 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 LKT & ASSOCIATES, 1 X SUPPLYING PIPE& $ 162,000.00 LLC MATERIAL RELATED MELISSA, TX 75454 PRODUCT RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 63,000.00 1101-A BEDFORD RD. MATERIAL HYO . FLUID BEDFORD, TX 76002 1 X VULC AN MATERIALS 1 SUPPLING ROCK AND $ 10,000 .00 P .O. BOX 84913 1 X MATERIAL SAND DALLAS, TX. 75284 REDI-MIX CONCRETE 1 ·X SUPPLING CONCRETE $ 5000.00 P.O. BOX 849873 MATERIAL DALLAS, TX 75284 LIQUID STONE 1 SUPPLY CONCRETE $ 10,000.00 CONCRETE X MATERIAL 221 CENTER DRIVE BURLESON, TX 76028 fORTWORTH 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. Rev. 5 /30/03 Certification (check one) SUBCONTRACTOR/SUPPLIER T Company Name i N Address M w C e T Telephone/Fax r B B R E E C A CHEM-CAN 1 P.O. B0X434 ARLINGTON , TX 76004 AMERICAN 1 BARRICADES, INC. 107 ENON AVE. EVERMAN, TX. 76140 THE HOME DEPOT 1 DEPT 32-2502076678 P.O . BOX 6031 LAKES , NV. 88901 - UNITED RENTAL INC . 1 3120 SPUR 482 SUITE B IRVING, TX. 75062 JOHN A. MILLER & 1 ASSOC. P.O . BOX 7214 FT. WORTH, TX. 7611 TREN TECH CO. 1 828 HOWELL DR. COPPELL, TX 75019 FORT WORTH N 0 n T Detail X M Subcontracting Work D ~ 0 B T E X SANITATION X SUPPLYING MATERIAL ) SUPPLING MATERIAL ) RENTAL INSURANCE ) ) TRENCH SAFETY Detail Supplies Purchased POTTIES BARRICADES MISC. JOB RELATED PRO EQUIPMENT RENTAL BONDING SITE SPECIFIC TRENCH SALETY $ $ $ $ $ $ ATTACHMENT 1A Page 3 of 4 Dollar Amount 250.00 1,500 .00 5,000.00 7,000.00 39,500.00 150.00 Rev . 5/30/03 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 225,000.00 78,400.00 303,400.00 ATTACHMENT 1A Page 4 of 4 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in . the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company . The 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 act ual 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 wi ll be grounds for terminating th e contract or deba rment 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 mat erial breach of contract may result in a determination of an i rresponsible Offerer and barred from participatin g in City work for a period of time not less than one (1) yea r. Vice-President Title Circle C Construction Co. Company Name o.o. B0X40328 Address 'ORT WORTH TX. 76140 ·ity/State/Zip Carol J. Schultz Printed Signature Contact Name/Title (if different) 817-293-1863 FAX 817-293-1957 Telephone and/or Fax cschultzcc@msn.com E-mail Address 5/11/10 Date Rev. 5/30/03 .Jun 22 10 01:44p Wed~. June 23, 2010 Ricochet Fuel Distributor.., Inc. 1201 Royal Parlcway Euless, Te,cas 76040 RE : City of Fort Worth Circle C Construction Co. P.O. Box 40328 Fort Worth, Texas 76140 817-572-7278 metro line 817-293-1957 fax line Woodvale Sanitary Sewer & Watar Improvements Project # 00391 Dear Kelly Roberts, P• 1 This is to advise you that, if awarded a contract on the above named project, we will use you r company as a MW/BE Business. The Scope of the work wiN be the supplying & haulng of Diesel fuel. o il , Hyd. Fluid and related products.. The Dollar amount wm be Increased to approximately$ 63,000.00 PleeH s ign below and return to m e by fax . S incerely, Carol J. Schultz Wednesday, June 23 , 2010 HD Supply Waterwork, Ltd P .O . Box 840700 Dallas, TX 75284 ATT: Kitty Blakney Circle C Construction Co. P.O. Box 40328 Fort Worth, Texas 76140 817-572-7278 metro line 817-293-1957 fax line RE: City of Fort Worth Project Woodvale Sanitary Sewer & Water hnprovements Project# 00391 Ou,,-Ooh # ?g~ Dear Kitty, The above named Projects will be supp li ed by LKT & Associates, LLC Cont act person is Lynda Thomas 214-544-0440. The Amount of the contract is approximately$ 162,000 .00 Sincerely, ~12 ~ Circle C Construction r Wednesday. June 23, 2010 LKT & Assoc::iates. LLC P .O. Box668 Melissa, Tx 75454 Fax 214-644-3684 Circle C Construction Co. P.O. Box40328 Fort Worth, Texas 76140 817-572-7278 metro line 817-293-1957 fax line RE: City of Fort Worth Woodvale Sanitary Sewer & Water Improvements Project # 00391 Dear Lynda Thomas, p. 1 · T his is to advise you that if awarded a contract on the above named project, we intend to use your company as a MW/BE Business. The scope of the wort< will .be supplying pipe and related material to the job site. The dollar amount will be approximately $162,000.00. Please sign below and returned to me by fax. S incerely, carol J . Sehuttz Carol J. Schultz William J. Schultl, Inc. OBA Circle C Cons1ruc:tion ~;~ ftii:eJ1ofic;y.-·t>·Hfiie €1tyf.o'ffaft¥toith•-th;&tf$~r~"tb.-U tail at.Id Bqcilfa1&le, par.flclj?aflim bY,-:f~,timoii~ .aml :Womil'.lil :'.13.'U$Jlte.~~; ~FPrfSes.lMf.WBEJ rn1tre;1r.o:ct1remenf ,l>f ~n ;;ga:eaS\-.BAd ser.J.foes lo.dhe (Zl(y a.ma ,CQattaii:t.tiil ~'.allli. ~l\'r;aq'u.if.~ro~"f.ifjj: and r~.9ui'slfo111s,,stafed im:itifetil}¢s;;eanrenl',Mlnodty.;aJiJdl-v.Vbm.flA Efoslms.ssi.s'nl~.tpr,ise Offllm.E!OC~ ~P!i fo ;J,(ful~ ~~,- .. ,.-,-e~ ,,.:;..,;;;,2;ir;,;;,a -~~,. ,..,_ -.. Jt1: t.·~.:,,'. --~~~!.!;ti 1G.:itt~'c..S . ;fi,i~,e."ffYifMIWE'i1QO~:()n~thrs4>~~cHs .,_ 14 .,,..;j ofJih!!rlotal(t>:iB ftfas:e bltfi!J?phes'{Q;P.ar,k~·.-11:d ®m~~lf11\tS.er.1ii.cts1,· : n&a'a~,; 't:,~~:'il,!' ·-·~, i..·n s1si-~.,,,.tli!t~it:~i···-ws1 . .:;;.uJVIJ:';1~:-· . . ~(l-c ili\ll: ok,·.D·~EG:1F.-~\,'#.\l:l;l.m~o, ~-""""""'··t, .... ,.!;, .......... _ ... ___ ,. •• .... '',' .. ,_ . -·~··-····-:-.. :.-: -·.~·-:..•, .. ,_ ,· .....•..... · .. -....•....... ·-·. ~ti C1tlf·:¢6J.Jttl!'cit$:o.f-s2i~o.g~;:i;f~9.te1 Bijc:f~r,s:-a;e~q1:1lted:ita tl'5tnpif:Wil'h itra,irlt!!nt-il'fthe'!City)siMiWME ©.r.dJ'r;iancJ1~by; e11h~r~t~~ irl1·,·~;~h;····· ~ · -., .... , ·-· ... · · · -··· · · · · ' , ..... ., '. V.'.\ .. l! ...... cr,u.•,~ i . :1"1f,frc:1t"i(¢t.eid ffl~.abov.1 ts"i'at~:ti Mmi1S:\gcuiii-,t1r 2~. -~b:O:d:f.alfh Ef.fe>iilidO:e:omenl~t'i.on,1or.;·, ... , .. 3L . W~e"'t.idocumeri~tlo-i:1;to1l .. . 4~ Jd.inft.ierttilr.ei--· · · PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE Prime's M/WBE Project Utilization: PROJECT NUMBER % Identify!!! subcontractors/suppliers you will use on this project 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. · 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 bonaflde 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). Rev. 5/30/03 I t ... •·.-!Jtt\:··L::· Page 2of4 · 1 ·-- -·~;;:~· '-,,,,,i ::,;. ~:r::: ~.~J.!; ,. t . '· .. n.::1·;.,,.,, .. ,·. Al IAv MM~NI -,,.,. 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 SUBCONTRACTOR/SUPPLIER (check one) T Detail Detail Company Name I N T Address e M w C X Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r B B R 0 E E C T ' A J.:·:~ 1 I Rev . 5/30/03 }:,-·~4"1:' :ft·i..?i AITAGHMEN I 1A ._; Page 3 of 4 •T, ,;;:,., ~1ft\i ~ 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 I SUBCONTRACTOR/SUPPLIER (check one) T Detail Detail Company Name I N T Address e M w C X Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D R 0 :r:§: E E C T ti A . I Rev . 5/30/03 Total Dollar Amount of M/WBE Subcontractors(Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ A I I AvMMC::N I II\ Page 4of4 By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, complete and acr·.~·-'~ information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrart i;:;~r .. ants submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be gro~nds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature TlUe Contact Namemtle (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev . 5/30/03 I City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 . PRIME COMPANY NAME: Check applicable block to describe PROJECT NAME: City's M/WBE Project Goal: o/o PROJECT NUMBER rime M/W/DBE NON-M/W/DBE If both answers to this form are YES, do not complete AITACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed .explanation provided, if applicable. If the answer to either question is NO, then you must complete AITACHMENT 1C. This form is only applicable if .b2th answers are yes. Will you perform this entire contract without subcontractors? YEt, If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) 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 by the M/WBEs 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 creates a material breach of contract may result in a determination of an irresponsible offerer and barred from participating in City work for a period of time not less than one (1} year. Authorized Signature Printed Signature TiUe Contact Name {If different) Company Name Phone Number Fax Number Address Email Address City/State/Zlp Date Rev. 5/30/03 PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: o/o City of Fort Worth Good Faith Effort Form PROJECT NUMBER ATTACHMENT1C Page 1 of 3 Check applicable block to describe orime I M/W/DBE I I NON-M/W/DBE BID DATE 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. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"0 tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / __ ....;/ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mall listing to include name of firm and address and a~ copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to include lli!!!!! of M/WBE firm, person contacted, phone number and date and time of contact.) __ No iii;"' ';i'.;,:i:' •• 5.) Did you provide plans and specifications to potential M/WBEs or i nformation regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected . The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional Information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and an ;,:.. :,./oposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible · offerer and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 • I CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:-------,-,.......------------------------ A joint venture form must be completed on each project RFP/Bid/Purchasing Number:------'--------- 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: E-mail address: Identify the firms that comprise the joint venture : Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the ·oint venture M/WBE firm Non-M/WBE name: firm name: Business Address: Business Address : City, State, Zip: City, State, Zip : Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2 S . f k ti cope o wor per orme db h J. V ,vt e omt enture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: . Rev . 5/30/03 Joint Venture Page 2of3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? ---------- 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contnbutions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a . Estimating ----------------------------------------------+-------------------------------------------------------1 b. Marketing and Sales ----------------------------------------------;-------------------------------------------------------1 c. Hiring and Firing of management personnel ----------------------------------------------+-------------------------------------------------------1 d .. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after' the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev. 5/30/03 Joint Venture Page 3 of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misreoresentation of facts. Name ofM/WBE finn Name ofnon-M/WBE fi nn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner l;'~ -~ :· · fa me of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of _________________ County of _____________ _ On this ____________ day of ______ __, 20 __ , before me appeared and ---------------------------------------- to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Public -P-rin_t_N-am-e--------------------- Notary Public ______________________ _ Signature Commission Expires _____________________ _ (seal) Rev . 5/30/03 TO: The Purchasing D epartment City of Fort Worth , Texas PROPOSAL Fort Worth, Texas 6/8/2010 FOR: WOODY ALE SANJT ARY SEWER & WATE R fMPROV E M ENT S City Proj e ct No.: 00391 UNITS/SECTIONS : Unit 1 Section A -Waterline Unit 2 Section 13 -Sanitary Sewer Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the a mount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necess ary to fully complete all the work as provided in the p la ns and specificat ions, and subject to the inspection and approva l of the Director, Water Departme nt o f the City of Fort Worth. If required by this project ; Contractor must be pre-qualified in accorda nc e with the projects sponsoring Departments of the City of Fort Wo11h requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a c ontract an d furnish Pe rformance, Maintenance Bond for the water replacement co ntract only, and Payment Bond approved by the City of Fort Worth fo r performing and completing said work within th.e time stated for the following sums, to wit: Total quan tit ie s given in the bid proposal may no t reflect ac tual quantities, by represent the best accuracy based on a reasonable effort of investigation; howev er, they are given for th e purpose o f bidding on and awarding the contract. Special Note: All contractors_are advi sed that one contrac t will be awarded to the lowes t combined bid for all Units/Sections. ADDENDUM NO . 2 City of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Project Manager: Walter Hardin, PE Date: TBD City Project II 00391 Your Vendor Number : Your Company Name : PAY APPROX. UNIT DESCRIPTION OF ITEM WITH BIO PRICE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ITEM QUANITY GENERAL=ITEMS '•';1( ,:• :;·!rli:'•i':'.li:r!:,? !,}:J-:tt:~~f!;:n·\~ f~ f,}}~;fi·\\\:\'>t l q;' l: . , ~ . ~: '.' ;., ' :,: . . ; ': ':·;-:.·•)'~1.'.),{ {!''· ~ l : ~ ! • .... .~ ~ fT' }·"r· ,;~r'i f ; t {H,f ~~i< 1• ~;: ~ ·:f: -' .. 1 306 LF Furnish and install fiowable fill Complete in place for the sum of r)1 ,,f r s 3D 00 9180 0 C, @ DOLLARS $ and /)" CENTS PER LINEAR FOOT 2 725 SY Furn ish and ins tall Rock Riprap in accordance w ith plans and specifications. C) C, Complete in place for the &m of oO t!IPZS-@ e 19-!:i.l-1, ,',n DOLLARS s 8S s and t:1,{,), CENTS PER SQUARE YARD 3 4 ,794 LF Permanent asphalt pavement repa ir for waterl ine per Force Main Miscellaneous Detail Sheet 1 of 3 , Typical Section -Trench Repa ir HMAC Surface With Soil Base c:;Q Complete in place for the sum o '-;/c. ~ ~/ s 2'/ oO /I SOSfo , @ Wl'CZ. T DOLLARS $ an d ~u, CENTS PER LINEAR FOOT 4 8004 LF Provide seeding and geotextile blanket. Complete in place for the sum of -lj sJ 00 ct/O/Z oO @ /J~ DOLLARS $ and /JO CENTS PER LINEAR FOOT 5 12.798 LF Furnish and inslall tren ch sa fe ty system for trenches greater th a n 5 feet in depth. 0 Complete in place for the sum of 0 @ /l..'2. 7 }77-y. DO LLARS $ ,SO s t399 and CENTS PER LINEAR FOOT _____ _J f--- 6 1 LS Furn ish a pollution preyen tio11 system for storm, water d ischarge in accordance with the Specifi cations and the TCEQ regu lat ions , and the assumption of the responsibility of said pollution preven tion system , 06 Complete in pla ce for the sum of /,,n /0000 /L:Jooo 06 @ DO LLARS $ s and /10 CENTS PER LUMP SUM TOTAL:GENERAL $ 22~Z7Z 0 0 2 of 9 ADDENDUM NO . 2 City of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Projec t Manager: Walter Hard in. PE Dale: TBD City Project # 00 391 Your Vendor Number: Your Company Name: PAY APPR OX. UNIT DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS UNIT PRICE TOT AL AMOUNT ITEM QUANITY SECTI.ON 'A '•.WATER ;c, ), ~·/:·~ ;!:(,.;!/.~/(,fi·t::: :t1f ti!~ ~J:)li'. :r~t ! ~Jh•;t<.H .. i,-··,r'l!·J.:·ttt:; :·•; ?.·.:· f.:\:·;.:!rr:::; ·. f ~ t .. t 1.t,:'{'.); '.J,•=i"} ._'f_: '•; ; ..;·, i;',;f; (.'J:f ,i;,J'!)! ; ; :;1\"{_ ;~, > /'. ,"'. 1 55 LF Furnish and in s tall 6 -i nch pressure pipe by o pe n c ut method , Complete in pla~for the sum of oo 0 () @ e I:,:: !?v e: DOLLARS s 3-5-s l'1Z..s- and nr, CENTS PER LINEAR FOOT 2 3725 LF Furnish and i nstall 8-inch pressure pipe by open cut m e thod. Complete in~ace '°J the sum or "'() 0 a @ -:fJ. /r ~ .s,v,n DOLLARS s .J'? $ I.J'78Z.S- and ,.,~, CENTS PER LINEAR FOOT -3 70 LF Furnish and Install 8-inch pressure pipe by olher lhan open cul methods, including casing pipe and flowable fi ll Complete in place for the sum of / ,/;-~ oo 06 @ t:20. ~ A "1. a. fi.,t_, c. / /. DOLLARS s /50 $ /0,SOO and ,?;, CENTS PER LINEAR FOOT 4 3.2 TON Furnish and install pipe fillings-< tha n 16 inc h DI pipe, Complete in place for ~ej um /'J oO c) C) @ e.ty-a !.I.~ c. !2 c/ DOLLARS s8oo6 $ 2.S~oo ~ n a ______ CENTS PER TON 5 5 EA Furnish and install 6 inch gate valve with valve box , Complet;;\ pl ace for the sum of 06 00 @ ,ft!.~ 6.~n ~,,,I .C:· /"'1 DOLLARS $ S-:S-o s z1so and A ' CENTS PER EACH 6 18 EA Furnish an d ins tall 8 inc h g ate valve w ith valve box. Compl ete in place for the s um of 06 06 @ _ t?.1.§-),I b.u.a rv t?c/ DO LLARS $ 800 S /'IYoo an d ,,.Q__ CE NTS ,' PER EACH 7 5 EA Furnis h and install fire hydran t. ' Co mplete in/lee fo r the s;r of , ~i J..4o&n:I oO 0 6 DOLLARS $ /Soo $ 9'000 @ 0/lf....I!_ ou...S Q n () I j and I?,, CENTS PER EACH 8 25 VF Furnish and install fi re hydra nt-barrel & sle m exte nsi on, Complete '.'.}~ace for the sum or s.Joo oo ?soo oO @ ,-.,~ hwr?c/.,-,..e/ DOLLARS $ and AO CENTS PER VERT ICAL FOOT 9 25 EA Furn ish and install meter box-Class A. Complete in ~ce for t'.f sum o /.: / $LOO oO 0 0 DOLLARS $ S-ooo @ Jc.IQ un c. /ti?C and ,,?O CENTS PER EACH 10 957 LF Furnish and install 1 inc h wate r service between service tap and service connection assembly, Comple te in place for th:J5)t of ;goo (7ZZ~ 0 {j @ t:.~~ :;,_,/1 DOLLARS $ $ and YJ,,, CENTS PER LINEAR FOOT 3 of 9 ADDENDUM NO. 2 City of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Project Manager: Walter Hardin , PE Date: TBD City Project# 00391 Your Vendor Number: Your Company Name: PAY APPROX . UNIT DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ITEM QUANITY 11 25 EA Furnish and install service tap including tie in to waler main and 1-inch corp stop, Complet~place fh the sum of oO 7SDD 06 @ .,,,, _ft.nd/PIY DOLLARS s ._?oo $ and /70 CENTS PER EACH 12 86 EA Furnish and install pressure reducing valve . Complett',g place fo,t;he sum of r/ .,;(" /;/, oO 30/00 OD @ ,,. -' e_ {17? c/.,, I" r V DOLLARS s..Js-o s and AO ;-CENTS PER EACH 13 1 LS Furnish and inslall 2 inch waler service • temporary, oC. Complete in place for th L.hm of d oo @ C.: /./.,,PiJ. 12.(,f,SO n DOLLARS $ 0-000 s /SOOO and /'J ;i CENTS PER LUMP SUM TOTAL : SECTION A· WATER s Z8t/3Z~ 0 0 4 of 9 ADDENDUM NO . 2 City of Fort Worth Project: Woodvalo Sanitary Sewer & Water Improvements Project Manager : Walter Hardin . PE Date : TBO City Project# 00391 Your Vendor Number : Your Company Name : PAY APPROX. I UNIT DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS UNIT PRICE I TOTAL AMOUNT ITEM QUANITY SECTION B.i S~IT~RY..SEWER-tril~f~L~iH'\ti,H f nt.i1t;~.td 11ti::,q.).tt};\l 1._{• .. 'f~~'.(:(~Ft>f/."• l~ ~~1,J: ~: t,\'--,,; ':-..!'' i, !/•;!_: !iit! '-~~~;:;. ; -~q \ './··=- • ,. .. ,,, ~ •• -.I ·, !·" -: .-.··;;, ::,-);-f.(,i'+:. 1 80 LF Furnish and install 15-inch SOR 35 PVC sewer pipe and fittings by open cul method. Complete in place for P,e sum o f ro oO 3Zoo oO @ .,t;;,.. r DOLLARS $ $ and --,.,~ CENTS PER LINEAR FOOT 2 3486 LF Furnish and inslall 4-inch HOPE DR 11 sewer pipe and fillings by open cut method, ~mplele in place for the sum of ~ n oO 3¥8fr>C> 00 DOLLARS $ /0 $ and ,nr, CENTS PER LINEAR FOOT 3 2604 LF Furnish and install 3-inch HOPE DR 11 sewe r pipe and fittings by open cut method, Complete in place for the sum of s-o Zl/738 OD @ n/,.,.,, DOLLARS $ 9, $ and rC.£1l CENTS PER LINEAR FOOT 4 2838 LF Furnish and install 2-inch HOPE DR 11 sewer pipe and fillings by open cul method, Complete in place.for the sum of tr oO 2 S.S-t./ 2. ,::,0 @ n /n~ DOLLARS s $ and I?/~ CENTS PER LINEAR FOOT 5 70 LF Furnish and install 4-inch HDPE DR 11 sewer pipe by method other than open cut including casing pipe and fl owable fill . Complete in place fb the su~t / . · oO 0 0 $ /00 $ ?ooo @ o oe L(/7 /~C. -·----.----·---DOLLARS and l?O CENTS PER LINEAR FOOT 6 1 EA Furnish and in stall 2-inch isolation valve. Complete in place for the sum of -/' ·00 0 (j @ ~t_a_e_ b_&L_o_d/PC. DOLLARS s 900 $ 900 and .,., , ' CENTS PER EACH 7 1 EA Furnish and install 3-inch isolation valve , -; Complete in 1je for the sur;J' h,. d. ~ 06 00 @ '2.t:1.f'. --~C/..f_Q !l. o/l, vn /.P DOLLARS $ //00 $ //OD and /JC) CENTS PER EACH 8 89 EA Furnish and install a 1.25-inch service connection assembly per the standard detail, including meter box, Complete in place hr the sum of oC:> ?/Zoo O 0 @ fl./ ti.lz::f.. u. a ,./,,,. .1 / DOLLARS s Boo $ and v .A,') CENTS PER EACH 9 89 EA Furnish and install service lap including l ie into force m ain and 1.25-inch corp stop, Complete in place for% sum of6 d. ti' £/oo 06 :JS~c:>O oO DOLLARS $ $ @ lf-' un /e and ..... CENTS PER EACH 5 of 9 ADDENDUM NO. 2 - City of Fort Worth Project: Woodvale Sanitary Sower & Water Improvements Proj ec t Manager: Waller Hard in. PE Da te: TBD City Project# 00391 Your Vendor Number : I Your Company Name : I PAY APPROX. UNIT DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ITEM QUANITY 10 89 EA Furnish and install 1.25 -inch IPS DR 11 HDPE sewe r pipe and fitting s for service line between service tap and grinder pump station. including 100 linear feet of sewer pipe, excavation . bore. jacking or tunneling, backfilling , connection to residence and grinder pump station. and property restoration . Complete in plac~ the sum z d. ef' @ /LJ u a /"R DOLLARS s3oo 06 s Z.&700 oo and /1 /) CENTS PER EACH 11 1000 LF Furnish and install additional 1.25-inch IPS OR 11 HOPE sewer pipe and fittings beyond 100-LF (Bid Item 12) for service line between service tap and grinder pump station, excavation, bore , jacking or tunneling , backfilling and property restoration Complete in place for the s11m of 9 oO 00 @ a1.n (:!_ DOI.LARS $ s 9Doo and .nh CENTS PER LINEAR FOOT 12 3 EA Furnish and install 2-inch plug valve and box, Complete in place for the s.:z. of c.o 0 CJ @ '5r.tt.£.LJ. _t;,L.arL,,,.~ / DOLLARS $ 700 s 2./00 and '7h CENTS PER EACH 13 100 EA Furnish simp lex grinder pump per the requirements of specification, Com plete in place for the sum of @ Four Thousand Two Hundred One DOLLARS s 4,201 .00 s 420 ,100.00 and Zero CENTS PER EA CH 14 89 EA Install simplex grinder pump station per the requirements of specification Section 11073 , including 1.25-inch IPS OR 11 HOPE and accessories for discharge li nes and connection to service assembly, excavation , concrete an ch oring , inlet and discharge p ipe connections, electr ical connections and contro ls. backfilling pavement repair , topsoil and sod around pump station .. connection to service ta p ass embly, test the system with test water provided by the Contractor, as speci fied or as shown, Complete in placeJ°r th ed,um ' "j/ h &I. ct, s38oo oC> $ 538200 00 @ t_b_,,,-, u n ,,~ .e,;a un .,,,,, OLLARS and ..;-/10 CENTS PER EACH 15 89 EA Provide and mount grinder pump station control panel to the side of the home, including underground conduit and cable for connection of control panel to grinder pump, insu lated condu it and cable for connection between cont rol panel and electrical disconnect. excavation. backfilling , pavement repair, topsoil rep lacement. fittings and accessories, in accordance with the plans and specifications, Complete ln~lace for th e sum of ch ,0' oCJ 111z.5-o 00 @ o n.1/i O~!..J.fltl ,l i~~,fz,,,,,,, ,,,r/ / ./-/¥DOLLARS $ /ZS-o s and '7 ~ CENTS PER EACH -16 89 !;A F-urnish-a-sup;e)'-tlooumenl-of.th&ijriAdeHJump-inslallalien, Gemplete-in-pla<:e-for-the-sum-of X >< = nGbkARS $ s -a --GEN+S P€R-€AGH 17 6 EA Furn ish and install flushing station , Complete z ce ~ the s:z of oO oo DOLLARS $ soo S jODO @ '.J< ,.,, ,, ,,,.,c/ and '10 CENTS PER EACH 6 of 9 ADDENDUM NO . 2 City of Fort Worth Project: Woodvalc Sanitary Sewe r & Water Improvements Project Manager; Walter Hardin . PE Dato: TSO City Project# 00391 Your Vendor Number: Your Company Name : PAY APPROX. UNIT DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS UNIT PRICE TOT AL AMOUNT ITEM QUANITY 18 1 EA Furnish and install 5-fool diameter sanitary sewer manhole and cover, casl in place . Complete in pla fJor lhe sum or./7: J u a_ob'PV oO s .3SOO oO @ 1-J~_,2. _a ~£Qno' /,/£ DOLLARS s 3_s-oo and ...., /"I CENT S PER EACH 19 1 EA Remove and replace 5 -foot diameter sanitary sewer manhole and cover, cast in place, Complete in place for the sum of f A s '/Zoo oO </Zoo 0 0 @ rdkr_ t.li.a i.t4.QJ>d ~Q i,L.D.d.,,.,..c/ DOLLARS s and n C1 CENTS PER EACH 20 2 EA Furnish and install concrete collar for sanitary sewer manhole. Complete); place for the sum of oo 0 a @ ~/ ""e: h. Ida:!. (7/" pc/ DOLLARS s .30~ s &,C)C) and ,?r_J CENT S PER EACH 21 12 VF Furnish and install sanitary sewer manhole coaling, Complete in ~ce fo ~ su, -b.o/--12 _ oC cZ2o 00 DOLLARS s ltffs-s @ 0 /U ua ,.e P I v t/~ and AT) V CENT S PER VERTICAL FOOT 22 2 EA Va cuum test san itary sewer manhol e, Complete in p'.:t.e for the sum of fi OU s _?oa oo @ a o.,e_ _"'1:.a d.,,e_c/ t.' /~ DOLLARS S /DD and ,,.,;, CENTS PER EACH 23 80 LF Television inspect existing 15-inch sanita ry sewer for service locations, Complete in p1: for the sum of $ /0 06 C> 0 @ It]_ DOLLARS s goo and ---A/I CENT S PER LINEAR FOOT 24 1 EA Abandon existing sanitary sewer m an h o le and plug li ne, Complete in place f~;,1hh sum od 800 oo &oo Ou @ e."-;7-6. u. a ,, ~ d.. DOLLARS s s and ,,,, /) CENTS PER EACH 25 1 LS Provide bypass pumping , Com pie~ in place &he sum of e/ £' h a{ r6 oO 0 0 @ -1: c..e. £. _a v.5 {l_,? ~l. u.L2. ;, I? OLLARS s .J'.S-oo s 3.S-CJ D and .,;, h CENTS PER LUMP SUM 26 20 EA Mobilization per wo rk order for insta llation of Grinder Units Compl~ in place for the sum of ,:,0 0 0 @ W'2 i_ b. o, s '1 l2 fL DOLLARS s ,Cooo s ~oooo and ,.., " CENTS PER EACH - TOTAL: SECTION B -SANITARY SEWER $ /0 7(;, :J 3 {_) . <!> 0 7 of 9 ADDENDUM NO . 2 City of Fort Worth Project: Wood vale Sanitary Sewer & Wator lmprovoments Date: TBD City Project# 00391 Your Vendor Number: I Your Company Name : I PAY IAPPRox.J UNIT I ITEM QUANITY I DESCRIPTION OF ITEM WITH BID PRICE WRITTEN tN WORDS TOTAL :GENERAL TOTAL: SECTION A-WATER TOTAL: SECTION 8 -SANITARY SEWER TOTAL BID 8 of 9 Project Manager: Walter Hardin , PE UNIT PRICE TOT AL AMOUNT ADDENDUM NO . 2 Within ten (10) days after notification by th e City of Fort Worth, the undersigned will execute th e formal contract a nd will deliver an approved Surety Bond and such other bonds a s required by the Contract Documents , for the faithful performance of the C ontract. The a ttached 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 delivere d 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 h a ve been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and tha t 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 ass ured that its employees and applicants for employment and those of any labor organi z ation, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten ( I 0) calendar days after issue of the work order and to complete the contrac t within [~Q};~Qffafita~ days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or n 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 __ perc e n t lower than reside nt bidders by s tate law. A , copy of the statute is a tt a c he d. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resi d ent bidde rs . B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. V Receipt is acknowledged of the following addenda: Addendum No. I : 0 S ----------- Addendum No. 2 : 73" S -~--------- Addendum No. 3: ~------ Addendum No . 4: ------------ Addendum No. 5: ------·----- Addendum No. 6: ----------- Address: 5Do U lrornmtll fro; I WtJ/f/v rt ?ti 'I {) Date: t~/7 -/D ADDENDUM NO. 2 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 r.equired too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State l'aw: A copy of the Statute is attached. · Nonresident vendors in (L .itate), 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. D BIDDER: By: _____________ _ Company (Please print) Signature: __________ _ Address Title: -------------City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION LIST OF CI/DI FITTINGS For Project: WOODV ALE SANITARY SEWER & WATER IMPROVEMENTS CITY PROJECT NO. 00391 ADD OR SUBTRACT FOR THE FOLLOWING ______ INCLUDING INSTALLATION. TYPE SIZE QTY WEIGHT TOTAL WT Tee 8"x 6" 5 Tee 8"x 8" 5 Wyes 8"x8" 1 Plug 8" 4 Tapping Sleeve 8"x8" 1 11.25 Degree Bend 8" 4 22.5 Degree Bend 8" 12 45 Degree Bend 8" 1 90 Degree Bend 8" 2 COST C.::ontractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for :orrect quantity total of all fittings and specials. PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting Company Name Working Work Address Telephone/Fax Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINTTIONS 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 W odes 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-1 (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl-1 (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l C2-2.2 C2-2.3 C2-2.4 Proposal Form futerpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.11 C2-2.12 C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C-3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 C5-5 C5-5.1 CS-5.2 CS-5.3 CS-5.4 CS-5.5 CS-5.6 CS-5.7 Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AW ARD AND EXECUTION OF DOCUMENTS: ·consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Construction Schedule Schedule Tiers Special Instructions CONTROL OF WORK AND MATERIALS Authority of Engineer · Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (6) CS-5 (1) C5-5 (1) C5-5 (1) C5-5 (2) C5-5 (2) C5-5 (3) CS-5 (3) C5-5.8 C5-5.9 C5-5.10 C5-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 C5-5.17 CS-5.18 C6-6 C6-6.1 C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6.ll 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.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits .and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Pri" . ,0.:::s f Contractor in Streets, Alleys, and, kight-of-Way 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) Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen C6-6 (3) Use of Explosives, Drop Weight, Etc . C6 -6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 (6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 ( 10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C7-7 (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.l 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 Retnnage C8-8 (2) C8-8.6 Withholding Paymenf. C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) CS-8.8 Final Payment CS-8 (3) CS-8.9 Adequacy of Design CS-8 (4) CS-8.10 General Guaranty C8-8 (4) CS-8.11 Subsidiary Work C8-8 (4) CS-8.12 Miscellaneous Placement of Material CS-8 (4) CS-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 interpreted 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 Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDIDONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -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 CONDIDONS PART D -SPECIAL CONDIDONS 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 compl eted written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, 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 CONDIDONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on · in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditipns 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, Part 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 charter 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. C 1-1.13 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. · C 1-1.15 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. Cl-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, finn, 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 WORKJNG DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7 :00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C 1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows : 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May 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-I (4) AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yara MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) 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. Cl-1.31 ROADWAY: The roadway is defmed 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 bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licens~~·:, >.6ency, 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 furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will 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 cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their o·:·1 ., ,:,timates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is ,representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal 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, con~tional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other 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 ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the 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 present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: · a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is 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 in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: I. 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) J ,. PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any rr..:·;~~:ner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five ( 45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to 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 accompanied the proposals which, in its judgment, would not be . considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CS-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such 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) , . ~ I I 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 ( I 0) 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. b. C. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDIDONAL LIAB1LITY: 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: I. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability ( covers all indemnification requirements of Contract). d. AUTOMOBil..E INSURANCE -BODJLY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, · Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,0 C·: •n account of one accident, and automobile · property ,damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) ... performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. · C3-3.13 WEEKLY PAYROLLS: A certified copy of ~ach payroll covering payment of wages to all persons engaged in work on the project · >1e site of the project shall be furnished to the Owner's representative within seven ('/) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The . Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contr~ctor' 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 in.tent 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 CONDITTONS C4-4 SCOPE OF WORK C4-4. l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , ct' should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices . Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to · be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 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 Worlc" whether or not initiated by a "Change Order'' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduJ.ing 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, sequencing requirements, and completion time . b. The construction progress shall be divided into activities with time durations no 6 :reater 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. 1birty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and C4-4 (4) events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance 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 ,: · .~. IBR's Schedule Guidance Document inclusive. As the Work progresses, the CONTRP • .C TOR 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 appr<?priate 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 INSTRUCTtONS: The requirements for the schedule are determined based on the nature and needs of the · project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON- LABOR" 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 CONDITTONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of J.:. , project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (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 lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents , and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of perfonning the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent 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. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be .9ai d for as exa;a work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. 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 SUBSTifUTE 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 Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in tccordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the . requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the bwner, 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 Ex.tra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction inc1uding exploratory excavation if necessary. All verification of utilities and th~ir adjustment shall be considered subsidiary work. CS-5.15 INTER ·\}PTION .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: C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and __ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above , but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contri> .,.. 0r any sub-contractor shall suffer loss or damage of the work, the Contractor agn.: ..:s to settle with such other Contractor or sub-contra~tor 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.l 7 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) C5-5.18 FINAL INSPECTION: · Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 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 hannless the City and all of its officers, agents, and employees against any and all claims or liability arising fi;om 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 du e 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 hannless the Owner from any and all claims for infringement by reason of the · use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor hannless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so .conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings . Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the 5,, ... :.,eer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes , water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the · Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be · closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked .in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public . Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and 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 referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirement~ arc met. When construction work is completed to the extent that the permanent sign" can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen , for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT. ETC .: Should the Contractor elect to use explosives, drop weight, etc ., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall 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 a~.~·~· until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements,· to .all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. ' In case of failure on the pr.· 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 all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents , servants, and employees for property damage or loss, and/or personal injuries, including death, to ,any and all person of whatsoever kind or character, whether . real or asserted,· arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, lic~nsees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or fovitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting · from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the t"· · . xtor of the Water Department for a period of 30 days after the date of such final inspection, unless . the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.I3 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of ~l··+ damages. C6-6.I4 ADWSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a sati&factory 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-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, ifany, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. 'c 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written 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 NOWAIVEROFLEGALRIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right--{;· · 1ay or other easement which has been dedicated to the public and the City of Fort W orth, 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.l SUBLETTING: 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 es~:;gn, 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 aU times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the ·Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or oth~rwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the ''WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer 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 Coni r · .r;tor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-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 OFTII\1E 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) 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, s~all be approved and referred by the Engineer to the City Council for final approval or disapproval; and the ac ~ u thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45 .00 $ 15,001 to $ 25,000 inclusive $ 63 .00 $ 25,001 to $ 50,000 inclusive $ 105 .00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day'', as set r,·. :,; ,:bove, is a reasonable forecast of just compensation due the City for harm caused by any uelay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7:14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient caus e. · The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents . g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties , in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to talce 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 fu 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 e:·:·,J :s to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law , when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner . C7-7.16 TERMINATION FOR 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) B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall : 1. Stop work under the contract on the date and to the extent specified in the notice of termination; · 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, a~ the times, and to the extent, if any, directed· by the Engineer : a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6 . Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contrac_tor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amourit. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADWSTMENT: 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 pri c-:t 'r such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF TIIE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures; cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a . satisfactory condition for operat~on. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, 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 RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within tweno/-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates . It is understood that partial estimates from month to month will be approximate only, all · partial monthly estimates and payment will be subject to correction . in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate · if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: ·Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the · Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall . notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfacto.ry 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 injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under 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.I0 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the C c: : ,'t. ·'.ctor of liability in respect to any express warranties or responsibility for faulty mate:d als 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. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CS-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. CS-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) 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: C. D. Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a p a:, .'. <timate, payment shall be based upon 85% of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished . It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correct ion in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions . C3-3. l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out ot: or alleged to arise out of: the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries · to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether oi' not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner. its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its . subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the ·insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: G. The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3. l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 INSURANCE REOUIRE:rvIBNTS" 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 ofthe insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewai and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A .M. Best rating of A: VII or equivalent measure offina,ncial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could ·give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg .3 m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8 -8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to t he 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. I. C8-8.I0 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 fo r 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 Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor ohhis specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C-General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said .proposal opening time, and provided :further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no :further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November I, 1987; (City let projects) make the following revisions: I. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg. 5 L. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized · and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 1\1:EASURE:MENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate wotk space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during 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 docUipents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -10 cents per page Revised 10/24/02 Pg. 6 M. 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be ch1:Wg c::d to the word flagmen. 2. In the first paragraph, lines five ( 5) and six ( 6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federai 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. Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS , D-1 GENERAL ........................................................................................................................... 3 D-2 COORDINATION MEETING ............ -.. -............................................................. ; .................... 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER 'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................. 8 D-8 TRAFFIC CONTROL ............................................................. : .. ; .......................................... 9 D-9 DETOURS ......................................................................................................................... 10 D-10 EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE ................................................................................................ 10 D-12 WATER FOR CONSTRUCTION .......................................................... _ ......................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE. ....................................................... 10 D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................. 11 D-16 BID QUANTITIES .......................................................................................................... 11 D-17 CUTIING OF CONCRETE ............................................................................................ 11 D-18 PROJECT DESIGNATION SIGN ................................................................................... 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL ......................................................... 12 D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 D-22 2:27 CONCRETE ........................................................................................................... 12 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 13 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 14 D-26 SANITARY SEWER MANHOLES ............................................................................ ; ..... 15 D-27 SANITARY SEWER SERVICES .................................................................................... 18 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................. 19 D-29 DETECTABLE WARNING TAPES ................................................................................ 21 D-30 PIPE CLEANING ........................................................................................................... 22 D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 22 D-32 MECHANICS AND MATERIALMEN'S LIEN .................................................................. 22 D-33 SUBSTITUTIONS .......................................................................................................... 22 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 22 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ........................................... 26 D-36 BYPASS PUMPING ................................................................................................ .-...... 27 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 27 D-38 SAMPLES AND QUALITY CONTROL TESTING .......................................................... 29 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 29 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 29 D-42 SITE RESTORATION .................................................................................................... 30 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 30 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 30 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 36 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 36 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 36 D-48 CONCRETE ENCASEMENT OF SEWER PIPE .............. ; ............................................. 37 D-49 CLAY DAM .................................................................................................................... 37 D-50 .-EXPLORATORY EXCAVATION (D-HOLE) ................................................................... 37 D-51 INSTALLATION OF WATER FACILITIES ...... : .............................................................. 38 51.3 Type of Casing Pipe .................................................................................................... 38 D-52 SPRINKLING FOR DUST CONTROL. ........................................................................... 38 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS D-53 DEWATERING ............................................................................................................... 39 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... 39 D-55 TREE PRUNING ............................................................................................................ 39 D-56 TREE REMOVAL ........................................................................................................... 40 D-57 TEST HOLES ................................................................................................................ 40 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 40 0-60 ·SANITARY SEWER SERVICE CLEANOUTS ........................................................ ; ....... 41 0-62 CONSTRUCTION STAKES .......................................................................... ., ................ 41 D-63 EASEMENTS AND PERMITS ........................................................................................ 42 0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 42 0-65 WAGE RATES .............................................................................................................. 43 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... .44 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) .............................................................................................................................. 45 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 47 0-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD .................................................. 47 0-70 EARLY.WARNING SYSTEM FOR CONSTRUCTION ...................................................... .47 D-71 AIR P')LLUTION WATCH DAYS ....................... : .............................................................. 48 D-72 FEc . 10R STREET USE PERMITS AND RE-INSPECTIONS ............................................ 48 02/09/2010 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: PROJECT DESCRIPTION SANITARY SEWER LINE TO SERVE THE WESTSIDE WATER TREATEMENT PLANT FORT WORTH, TEXAS CITY SECRETARY NO. 36550 0-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions . shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02/09/2010 SC-3 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 lemove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents Intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless i~ is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 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. 0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers• compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. •services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. · · D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/09/2010 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any 4coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. · 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 02/09/2010 SC-6 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 staf 1 :·1 how a person may verify current coverage and report failure to provide coverage. Th i:; . 1otice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with ·the Water Department to determine the best times for deactivating and activating those lines. · D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/09/2010 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his 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 understoon that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could excet3d the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 02/09/2010 SC-8 PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit'' prior to starting work. As part of the "Street Use Permit'' a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless othe rv,;se included as part of the Construction documents, the Contractor shall submit a traffic contro l .,Ian (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392 -8770] at or before the preconstruction conference. The P.E. prepar ing the traffic control plan may utilize standard traffic reroute configurations posted as ''Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-n38) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is complet~d to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan. 02/09/2010 SC-9 PART D -SPECIAL CONDITIONS 0-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 0-12 WATER FOR CONSTF.t!. ·:·1 ION The Contractor at his own expense will furnish water for construction. 0-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. 0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- ) 02/09/2010 SC-10 - PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and -appearance. The City of Fort Worth shall give final acceptance of the completed project work. D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: 'WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at.the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. 02/09/2010 SC-11 PART D .. SPECIAL CONDITIONS 0-18 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishi ng of Project Signs shall be considered as a subsidiary cost of the project and no ad ditional compensation will be allowed. 0-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance ~th the General Contract Documents regardless of the actual amount used for _the project. 0-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or di rected by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials . and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . 0-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 02/09/2010 SC-12 PART D -SPECIAL CONDITIONS D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill .of the General Contract Documents and Specifications except as specified herein. 1. J"RENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, _and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of · the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.1· 1 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: • 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% 02/09/2010 SC-13 PART D -SPECIAL CONDITIONS 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 two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "8° backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. · 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. 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 02/09/2010 SC-14 PART D -SPECIAL CONDITIONS or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools , materials, equipment and incidentals necessary for the installation and removal of trench safety systems. · D· 26 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special r.antract Documents .in addition to those located in the field and identified by the Engineer. A:: . i nhales 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. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall 02/09/2010 SC-15 PART D .. SPECIAL CONDITIONS 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 Tnemec~I," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if ,n 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 02/09/2010 SC-16 PART D -SPECIAL CONDITIONS Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings; or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or . frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable · material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be .installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1 /2-inch thick coat of trowelable bitumastlc joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, sh.all be paid separately. 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 m~terials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/09/2010 SC-17 . PART D -SPECIAL CONDITIONS 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 thP. existing sewer service line as required for reconnection and furnish a new tap. The fittin9 G used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the· Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (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 02/09/2010 SC-18 PART D · SPECIAL CONDITIONS conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the ''tap" shall be included in the price bid for sanitary sewer service taps. D· 28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1 .5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract. Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 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. , 8. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The 02/09/2010 SC-19 PART D -SPECIAL CONDITIONS concrete vault shall be demolished in place to a point not less than 18 inches below final grade . The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18 11 below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean, suitab le excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface . Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. 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. 02/09/2010 SC-20 liiil - - PART D -SPECIAL CONDITIONS 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 .. ~..<ISTING 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. D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2~ pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close · to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). 02/09/2010 SC-21 PART D -SPECIAL CONDITIONS D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-31 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense ?.nd dispose of such materials in accordance with the Ordinances of the City and this section. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. · D-33 SUBSTITUTIONS 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 02/09/2010 SC-22 PART D -SPECIAL CONDITIONS necessary for the 'cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned . 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. 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS 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 of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon . request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 02/09/2010 SC-24 PART D -SPECIAL CONDITIONS 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. 1 Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return ~apes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. Thi:-Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 02/09/2010 SC-25 PART D · SPECIAL CONDITIONS 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 6f 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 with ASTM C1244-93: T6t . .. 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 o to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 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. 6sec. 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. 02/09/2010 SC-26 PART D -SPECIAL CONDITIONS . Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, · and equipment necessary for inspection of the . sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 8. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the 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. 02/09/2010 SC-27 PART D -SPECIAL CONDITIONS The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes· shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. 02/09/2010 SC-28 - - PART D -SPECIAL CONDITIONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor 's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concret g. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project ' specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and . equipment conforming to the requirements of the contract. D. Not less than ·24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. 02/09/2010 SC-29 PART D • SPECIAL CONDITIONS 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 :,1volved 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 E_ngineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 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 02/09/2010 SC-30 PART D -SPECIAL CONDITIONS operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplant.r · Sod to be placed between curb and walk and on terraces shall be the same type grass c.6 adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 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 nspotu or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen {15) to twenty-five {25) pounds per square inch compression. Hand tamping may be required on terraces. 02/09/2010 SC-31 PART D -SPECIAL CONDITIONS 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 niass. 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 . . ~~!. 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: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun '95% 90% Cody 95% 90% 02/09/2010 SC-32 PART D -SPECIAL CONDITIONS Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After th e designated areas have been completed to the lines, grades, and cross-sections shown on ih e 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. I b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The · area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering aG rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions": If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. 02/09/2010 SC-34 - - - PART D -SPECIAL CONDITIONS MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shal.l be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, compfete in place. 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. 0 Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal. of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. 02/09/2010 SC-35 PART D -SPECIAL CONDITIONS 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. D· 46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 2 . 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. 3. 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. 4. 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. 5. 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. 6. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C • GENERAL CONDITIONS. D· 47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at 02/09/2010 SC-36 PART D -SPECIAL CONDITIONS least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree . 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 0.1. pipe shall be utilized . 7. Except in areas where clearir:1g 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. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-50 EXPLORATORY EXCAVATION {D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. · 02/09/2010 SC-37 PART D -SPECIAL CONDITIONS The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper drivJng 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 fo r verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. 0-51 INSTALLATION OF WATER FACILITIES 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1 -15, E1 -5 and E1 -9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied a$ follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1 -15 and Construction standard E2-15 as per Fig. 11 O of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 0-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS 0-53 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 wat~r shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "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. 9. Backfill and compact the trench immediately after trenching. 1 o. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 02/09/2010 SC-39 PART D .. SPECIAL CONDITIONS 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. 0-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additir rn! :')ayment will be allowed. 0-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 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: 02/09/2010 SC-40 PART D -SPECIAL CONDITIONS The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the data 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 prpceed with interruption of water service until the flyer has been delivered to all aff acted residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-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-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. 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed , or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes . For locations where the City was unable to obtain the 98sement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior iO beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained , are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements , by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, · understanding and complying with all provisions of such permits, including obtaining the requisite - insurance, anq shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary_ to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way''. No additional compensation shall be allowed on this pay item. D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the 02/09/2010 SC-42 PART D .. SPECIAL CONDITIONS projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for 02/09/2010 SC-43 PART D -SPECIAL CONDITIONS inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project - at all times. - Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 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. 8 . ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventiona l 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 02/09/2010 SC-44 PART D -SPECIAL CONDITIONS Fort Worth assumes no responsibility for compliance programs, which _ are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water . _perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.~om/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily .,~ply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi}: If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: · City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT}: For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. 02/09/2010 SC-45 PART D .. SPECIAL CONDITIONS The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 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 SW PPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SW PPP. 02/09/2010 SC-46 PART D · SPECIAL CONDITIONS D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity . through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and a~f '3ssing the ability of the apparent low bidder(s) to deliver a quality product and successfully co mplete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be . notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the · contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 02/09/2010 SC-47 PART D -SPECIAL CONDITIONS 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 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 Com rt,\, .. ~n on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. · END OF PART D -SPECIAL CONDITIONS 02/09/2010 SC-48 liiill PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 02/09/2010 SC-49 02/09/2010 PART D -SPECIAL CONDITIONS fORTWORTH ,,,., # Date: ___ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE Wll.L BE INTERRUPTED ON _______ _ BETWEEN THE HOURS OF _...;.._ ____ AND _____ ,,.,_. IF YOU HA VE QUESTIONS ABOUT Tms SHUT-OUT, PLEASE CALL: MR. AT _____________ _ (CONTRACTORS S.l]PERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) • (TELEPHONE NUMBER) TIDS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ ..,:,CONTRACTOR --.. ····-· --··· ·-·--- SC-50 - - PART D -SPECIAL CONDITIONS F Tl:XAS DEPARTMENT OF HEALTH DEMOLITION/ RENOVATION ~ NOTiFICATION FORM r NOT!:: CJRCLEITEMSTHAT ARE AMENDED p NOTIFICATION# ff 1:J Aballtfflenf Contnilct~m TOH Ur;;et1$1;l N\lmber; i Address: City: Seate: Zfp: ~ Offlco Phone Number: Joi> Site Phone Numbot: ~ Site SUpervi.&or. TDH Ualiri"$e N1,1mber: u Site SUPfilMSOr! TOH Uoefl!Se Number. .... ·-··· ' Trained Ori~ite NESHAP Individual: Cartiiii::ftiQn Dale: 9 Demolition Coneractar: ortlce PhonQ Numb@r ri Addlfi5: Ci1>'! St~1e: Zip; 1. iOH UCBrtSB Number: y 2) Projeict Ca11S1,Jl~t QC" Opefafor: Malling Addressr -· El City: State: ZiJJ: Office Phone Number: { t 3) FacllltyOwner. .............. ____________________ ~------ AttGt"Jtian:. _________________ ~-------------- M1;1Ellns Acldre!I$; . .. ... . . . Cll.y: . .. . Sta~: Zip· Owner Phone Numbori..L..i:>---- ••Noto~ Tho tnvoi,;o for lhD notlfii:atlon fae, wlll ba sant !D £he DW?ll!:I' of the, 1'ul!dlr.i.g an<l 1he bfllln~ .icklvCGS fOr tho rnvoica wllf be d obtafnQ4 rrom tho-lnro,malfo.n that l!li pnt,'ridod In thfs &action. N e ~f -~ 4) OescrtpHon ar FacifilyName:. _______ -:--~--~-~-~-----=---- .Ph.l'5foal Add!re55;......,..~"=""'"--------Count~ ·· City:. _______ Zip:,_-==-- Facllll.yPhooe Numbe~ Facility Contact Person:, __ ~-~---~~--DescrJptlon of Area/Raom Number:._ ___ ....,.. __________________ _ PritJr IJ$e;. _____________ F1.1!u1e, Usa=·------------=~- Age of SuHdlngiFaclllty~, ____ srze~.--.......... Numbe,r of Flool'$:. ___ ....,..... Sdlool {K • 1i2}: b YES n NO t a 5) Typa of Work: ,:i Demolitlon o Renovatloni (Abatement) ,J Mr11t1aJ Co-lUi~lidafed it Work will be during: Cl Dey o Evening D Night :::, Phased PrtijBct ' O Oescripllon of work schedulo:. _____________ ~~-~=---~~~-- ff fl) rs 1his a PU:btrc Buifdfn11? 0 YE$ D NO Federal F:ic(,l lty?· Cl ves :: NO Industrial Site? D YES ONO D NEStfAP-Qnly Fae5Uty?· o ve:s D NO IS BtJtrdlnglFacllity Occupiecli? tJ YES ti NO 'L 7} No1ific:atian Type CHECK ONLY ONiE V [J Original (1 G Woaklngi Days} :;: Ca1"1caU~rm o Amenu:.tmellt D Emergo11cyfOrdcrcd J 0 :I a ti . 0 n 1 ff lhis Is an amendnnmt. whic;h lilm~J'ldment number rs this?_ (Enclose-copy af' ortglnal and'/or last amendment) tf ~n emeF9eni;y, vmo dldi you talk with at iDH?' EmeJgenoy#~----~--- Oate-acid ttour of l:metr;sney (HHll'1.fM/OOffY}: . ....,,...__,.....,.-,--........,..-- Oiasctfptii2n of the s1,1dde,n, u.11e><pecCed a-vent and explanatlon or how tho event caused! unsare conditions 11rWou:ld cause equipment dam~e (eomputets. machinery. etc.;..· -------------------- Cl 8) Oescrlp1ion of procedwe$ lo be followed In the event that unaicpoc!ad as!lestas is round or prevfQ~ly nQ.TI~friable Y asbe$tO<S material becomes ctumblad. pulverized. or reduced tr:i powder:---.. ........... ..,,. _____ ---------• :~ 9} W~un .Allbes1oss.urvey performed?-D YES Dl NO Date: I l iCH lr1$peclor License No;'-----a Analyli~ Melhod;.o PLM o TEM D Assumed TOH Labara•ory license No:~---- ~· {For TAHPA {publfc building) projeQ-111: an .1;1$!.!Umption must be made by a TOH Licensed: lnspeclnr) 10)-Oesr..rlptiion of planned demoliUon or renovation work, t)pe Qf materisl, and method(s} to be used,.!.: ------ 11) OasC:tlplion of W(l,:k prai:tfces and engineering controls to be used ro prevent om1,srons of asbesios at B1e demollflcnlrenova1ron:. ___ ~--........ ~----------------~-- ·---------------··-... 02/09/2010 SC-51 PART D -SPECIAL CONDITIONS 12} ALL appllca~ 1,ems In 1he, tollcwing .table rnust be, completed: IF !'IQ ASBESTOS PRESl!NiT CHICK HERE-:l Approidmate amount of Check unit of mi:asurcme-nt Asbestos-Ccmtai111ing Building M~terial A$bi,$ll;J$ Typa-. t----=iir==---1--..--==.....---. ....... -~ l?ip,as SJ,Jrface Area RACM Ca.be n,moved RACM NOT remov~d Interior Cata o J. non-rria~a ren1ovad. Exrstiot Cale a I non-friabte rem ved 11.non-ftrab[e remaved E:xterior Cate II non-mable removed Cat II noo•frlable NOT removed RACM Off'-Facimy Component : 13) Waste Transporter H~t111e: ______________ TOH !Jt;:enseNumber._~--- .4.ddress: ,__ ________ -'ci;y; _____ ~=-····=· _....,..State: _Zip: ·· CQn!i;ic;:t P-el"$O!l: Phone Number: =====- 14) Waste OispiMSI Site Name=--------.-,--------~-...·=··--------Addti,ss:._.,...........,.,. ________ __;Cil~: ________ Sta1e: __ Zip: __ _ T&lephone: L .. ) · TNRCC Permit N~mber:; ______ _ 15) For structurally unsound faclllilest att.act• a copy of d:emclitian order and cdenlify Governmental OffilJial ib@w: Nama:. _Re9lstratlon No: ___________ _ lllle: .. Oate-o-=-f o-rd-:-e-r-::(M-:-Mi~DTO"!!"J'Y.Y""'· !!") ~""'!',-""'1 ~=o"""a"'"m-ordar ti) begi11 (MMIODJYY} _ _.f_J __ _ 16) Sc;:lleiniled C~tes of Asbes,os Aoo,e-ment (MM,'DOl'IY) Start:----'---'----Ccmple-ie: _..,_l _ _,t_ 17) Scherluled Oatag OemQliCfon/Renoveioon (MMlODNY), Ste:rt! .. f J Comprete:. ____ , _____ _ ~ Note: IHhe staJtdara an this nolifli;at:IQn «1:11 not btit m;t, thr; TOH Regionill or Locill Program office Mast hit canlaclad by phon& priortttfue &wt daui. Fallumlo da. sai Sil~ vtg~tlQn r:n llCCott.tan,:,o, '°' TAHPA, S~lon 29a.e1. J hereby oerfd'y tt,et sin loformataon I have provided Is correct, complcti:t, and 1n.J~ to ttta best of my knowfedge. I ackn11...-Jedge that I am responsEl>le far all aspects at the notffica1ian ibrm, includinij, but not limiting, cootent and submlssfon. dales. Th81 maximum pen,;1lty i'$ $10,000 per day perviolatloo. (Signli!1u.re Qf Buildltig Ownerf Operator or Delegated Consultant/Con1ractot) MAIL TO: (Printed Nam~) (Date} ASBESTOS NOTIFtCATION SECTION TOXIC SIJl:ISTANCl;S CONTROL DlVISION TEXAS ciEPARTMENT OF li't:EALTH PO BOX 1a3S38 AUSTIN, TX 7871+3536 PH: 5·12-834""861:JO, 1-300-572·55'18 (Telepfloa,e) { l (Faic Number) Farm APB#IS, dated 0712~2. Replaces TDH form dat-ed 07lt3/01. For assisrancs In c;ampleling !Qrm, t:all 1-BG0-672-5646 02/09/2010 SC-52 - - PART D -SPECIAL CONDITIONS RaDeir. Sfel Wheel PJanl'-Mix Pavements RaDer. Sf eel WMel Olhar Flatwheel ar Ta in Source ls-AGC ai'Tuas (Hwy, Hvy, UtUi1fG [ndustrlal Branch) .,..,v.access.gpogovlda-Jfsbacan/ 02/09/2010 $!0.61 $t4.f2 $18.12 $8.4S. $11.63 $11.83 $13.67 16.30 $12.62 $It IS. $10.65 $16.97 $11.83 $11.cB $15..20 $14.cO $13.t7 11.04 $11.28 $10.92 $11.07 $t4.S8 $16.211 SC-53 Truck Drl·,ar-Transit Mix Wagon DriO, Baring Machine, Past Hole Driller Weidar Wark Zane Barricade Ser.;cer $12.32 $12.33 $11}.92 $12.60 $12.91 $12..03 $10.91 . $11.47 $11.75 $14.93 $12.08 $14.00 $13.57 $10.09 ~ART DA -ADDITIONAL SPECIAL CONDITIONS DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT ................................................... 2 DA-7 TYPE OF CASING PIPE ................................................................................................. 6 DA-8 . SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR .............................. ~ ......... 6 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ......... 9 DA-10 MANHOLE REHABILITATION ................................................................................ 11 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION ..................... 22 DA-12 INTERIOR MANHOLE COATING. MICROSILICATE MORTAR SYSTEM .. 23 DA-13 INTERIOR MANHOLE COATING. QUADEX SYSTEM ...................................... 25 DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ............................ 28 DA-15 INTERIOR MANHOLE COATING. RA VEN LINING SYSTEM ......................... 30 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER ............................................................................................................................. 33 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ............................ 36 DA-20 PRESSURE GROUTING .............................................................................................. 38 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES .................................. .42 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......... 44 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .............................................. 45 DA-26 , REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... .45 DA-27 GRA j ED CRUSHED STONES ................................................................................... 46 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ......... ." .... .46 DA-37 · POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING . .47 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ....................................................................................................................................................... 52 DA-39 ROCK RIPRAP. GROUT -FILTER FABRIC .............................. : ........................... 53 DA-48 EASEMENTS AND PERMITS ..................................................................................... 56 DA-50 CONCRETE ENCASEMENT ...................................................................................... 56 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 57 DA-54 WATER SAMPLE STATION ...................................................................................... 57 DA -56 SHOP DRAWINGS ........................................................................................................ 57 DA-57 COST BREAKDOWN ................................................................................................... 58 DA-61 TOP SOIL ....................................................................................................................... 58 DA-63 BID QUANTITIES ......................................................................................................... 59 DA-64 WORKINmGHWAYRIGHTOFWAY .................................................................. 59 DA-66 OPTION TO RENEW .......................................... : ........................................................ 59 DA-67 NON-EXCLUSIVE CONTRACT ................................................................................. 59 DA-72 SPECIFICATION REFERENCES ............................................................................... 60 DA-77 SCOPE OF WORK (UTIL. CUT) ................................................................................ 60 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) ................................................ 60 DA-79 CONTRACT TIME (UTIL. CUT) ................................................................................ 61 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ........................ 61 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ........................................... 61 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .................................................................... 61 DA-83 PAVING REPAIR EDGES (UTIL. CUT) .................................................................... 62 DA-84 TRENCH BACKFILL (UTIL. CUT) ........................................................................... 62 10123/os ASC-1 DA-85 DA-86 DA-87 DA-92 DA-96 DA-97 DA-98 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-118 PART DA -ADDITIONAL SPECIAL CONDITIONS CLEAN-UP (UTIL. CUT) .............................................................................................. 62 PROPERTY ACCESS (UTIL. CUT) ............................................................................ 62 SUBMISSION OF BIDS (UTIL. CUT) ........................................................................ 62 MAIN~NANCE BOND (UTIL. CUT) ....................................................................... 63 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) .................................. 63 ''QUICK-SET" CONCRETE (UTIL. CUT) ................................................................ 63 UTILITY ADJUSTMENT (UTIL. CUT) ..................................................................... 63 PAYMENT (UTIL. CUT) .......................................................................................... 64 DEHOLES (MISC. EXT.) ......................................................................................... 65 CONSTRUCTION LIMITATIONS (MISC. EXT.) ................................................ 65 PRESSURE CLEANING AND TESTING (MISC. EXT.) ..................................... 65 BID QUANTITIBS (MISC. EXT.) ............................................................................ 65 LIFE OF CONTRACT (MISC. EXT.) ..................................................................... 66 FLOWABLE FILL (MISC. EXT.) ........................................................................... 66 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................. 67 WORK ORDER COMPLETION TIME (MISC. REPL.) ..................................... 67 MOVE IN CHARGES (MISC. REPL.) .................................................................... 67 PROJECT SIGNS (MISC. REPL.) ........................................................................... 67 LIQUIDATED DL ; : ·:\GES (MISC. REPL.) ........................................................... 68 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ....................................... 68 FIELD OfflCE ....................... , .......................................................................... " ................ 68 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS.69 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT 10/23/08 ASC-2 - PART DA-ADDITIONAL SPECIAL CONDITIONS A. GENERAL: . . 1. Furnish materials and necessary accessories; with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.1 o and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS 01 .1. 2. Carrier . Pipe in Casing: Carrier pipe shall be as shown on drawings and a_s specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. 2. 10/23/08 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. Pits and Trenches: ASC-3 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such . work shall be sheeted securely and braced in a manner to prevent earth from caviog in. b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these · operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. ·Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 1 o percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. b. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids 11 or 11bands 11 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. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. ASC-4 - - PART DA-ADDITIONAL SPECIAL CONDITIONS c. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement .between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Clos1Jre of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the . Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. 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 on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. c. Access holes for placing concrete shall be space at maximum intervals of 10 feet. 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 10!23/os ASC-5 PART DA-ADDITIONAL SPECIAL CONDITIONS between the ends of the pipe along the central axis as Installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for Installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, Including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, .E1-5 and E1-9 In Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of C':d ng 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. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work. A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is 10123/os ASC-6 - PART DA-ADDITIONAL SPECIAL CONDITIONS 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. It shall be the· Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell ~lastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 10/23/08 1. After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for ••service Line Point Repair". 5. Roof and Yard Drains: Not Applicable. 6. Disconnected Service Lines: If a service line exists, then the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. ASC-7 8. PART DA-ADDITIONAL SPECIAL CONDITIONS Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts if determined necessary. All cleanout repair work shall be performed by a licensed plumber. a. General This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps ·can be installed. b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps. c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. D. MEASUREMENT AND PAYMENT: 1. 2. 3. 3. 10/23108 Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28, "Sanitary Sewer Services". Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required · ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS . removal and replacement of materials, shall be 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. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to receive interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required . for the completion of protective coating of structures in accordance with manufacturer•s recommendations. 3. Manufacturer•s Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 1. 10/23/08 Scope: This section governs the materials required for completion of protective coating of designated structures. ASC-9 PART DA-ADDITIONAL SPECIAL CONDITIONS 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM 0-638 ASTM 0-790 ASTM 0-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 10/23108 1. General: Protective coating shall not be installed until the structure is complete and in place. · 2. Preliminary Repairs: 3. a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all ·1oose material. Protective Coating: ASC-10 - PART DA-ADDITIONAL SPECIAL CONDITIONS a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or · epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 · inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit ,Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the 1012310s ASC-11 PART DA-ADDITIONAL SPECIAL CONDITIONS Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures. Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. c. Work Schedule. Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation . and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 10/23/08 ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63. B. MATERIALS 10/23/08 1. Cleaners: 2. 3. 4. 5. Water Cleaners Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Wall, Bench, Trough, Grouting, and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Stro.ng-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "561 O and 5612" or approved equal. Sauereisen Cements "F-100 Grou t" or approved equal. 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete External Manhole Coating Coal Tar Internal Manhole Coatings · Non-cementitious Cementitious Frames, Covers, and Inserts Manhole Frames and Covers Watertight Manhole Frames and Covers Manhole Insert .-Polyethylene ASC-13 Material in accordance with City of Fort Worth Water Department General Contract Documents. Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall" or Rav~n 405. Standard Cement Materials "Reliner MSP" or Quadex "QM-1 s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E, Type L" or approved equal. Corrosion-proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- PART DA-ADDITIONAL SPECIAL CONDITIONS 6. 7. 8. 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 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 11 min. thickness. RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 -dichlorobenson itrile, or approved equal. C. EXECUTION 1. Inspection. Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods. The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. 10/23/08 a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. 2) 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 ASC-14 - - - PART DA· ADDITIONAL SPECIAL CONDITIONS precast concrete rings in accordance with manhole grade ring replacements. 3) Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. 4) Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris. Bitumastic gasket material (minimum ~ inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. 5) In paved areas, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. 6) In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. 7) If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame. 8) The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils DFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on reha_bilitated 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, tDl231os ASC-15 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused. The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated. All scale, dirt, and debris shall be removed from the existing 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 i. .. ~ 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) b) c) d) e) 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. 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. 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. Seal manhole joints in accordance with Section D-27. Precast corbel, or barrel sections may be used as necessary. The diameter of the precast sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the underside of the proposed flattop to the ASC-16 10/23/08 PART DA· ADDITIONAL SPECIAL CONDITIONS manhole invert is less than 4 Y2 feet, the manhole shall be completely replaced. f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments. g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches .. g. Removal of Existing Manhole -Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) 2) Completely remove the existing manhole structure. Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings. ASC-17 PART DA-ADDITIONAL SPECIAL CONDITIONS 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. 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 for that purpose. 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe. 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe. Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole. j. Manhole Step Removal -Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail. k. Patch Holes -Clean and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m. Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop. Provide additional holes near observed defects, if necessary. Urethane .gel grout shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed. Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed, cleaned, filled with a non-shrink grout, and finished smooth. n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18. 10!23/os ASC-18 PART DA-ADDITIONAL SPECIAL CONDITIONS o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified in Section DA-19. p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor 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 SDR 35 PVC pipe of the same nominal size. This pipe shall be connected to the existing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill material conforming to City specifications shall be placed and compacted as required. This item shall include surface restoration and permanent pavement repair. q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfill, and demolition and disposal of waste materials. 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed. The Contract unit price shall be full payment for the new grade rings. All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings . . 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, and demolition and disposal of waste materials. 4. Non-Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required. The Contract unit price shall be full payment for excavation, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, surface restoration, and demolition and disposal of waste materials. 1012a1os ASC-19 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench, and cleanup. 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals, grout material, installation of the grout materials and cleanup. 7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials. 9. Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup. This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not a pay item. 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed. The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications. This item shall include-up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. ASC-20 - - PART DA· ADDITIONAL SPECIAL CONDITIONS 13. Concrete Manhole Collars: a. Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately. b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, excavation, disposal of waste materials, and surface restoration. 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole. The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration. Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting. 17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19. Point Repair to Replace Sewer Line, 6 11 -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. 10123/os ASC-21 PART DA-ADDITIONAL SPECIAL CONDITIONS 21. Bypass Pumping: All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit - price for the items requiring bypass pumping. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to .receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. 2. 3. 10/23/08 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. 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. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. ASC-22 PART DA-ADDITIONAL SPECIAL CONDITIONS 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosi~n Protection. DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM A. GENERAL 1. Scope -This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 1 ~ . 2. Description -The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers• recommendations. 4. Manholes -Manholes to be coated are of brick, block. or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. 2. 10/23108 Scope -This section governs the materials required for completion of interior coating of manholes. Interior ·coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials. silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these ASC-23 3. 4. PART DA-ADDITIONAL SPECIAL CONDITIONS standard products without prior approval or recommendation of the respective manufacturer. Material Identification • Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root' control chemicals us'ed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical · properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling • Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 10/23/08 1. General • Manhole coating shall not be perfo rme d until replacement of manhole covers, sealing of manhole frame and (. t::.'. adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature • Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating · a. The interior coat ing shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) 2) The surface preparation shall comply with the requirements of Section DA·11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray ~pplied (using a manufacturer approved machine) to a minimum uniform thickness of 1 ·inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. ASC·24 - - PART DA -ADDITIONAL SPECIAL CONDITIONS After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to · the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thiqkness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. · 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. 4; Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. 0. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work . Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM A. GENERAL 10/23/08 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. ASC-25 ..) 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. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitlous sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10/23108 1. Scope This section governs the materials required for completion of interior coating of manholes. · 2. Interior Coating Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnaflll) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1 s or Quadex Excel without prior approval or recommendation from Quadex, Inc. 3. Material Identification Contractor shall completely Identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the ·handling of the coating material shall perform the coating operations. ASC-26 PART DA-ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete . 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall ba applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1 s material shall be spray applied (using a Quadex Mo_del 900D application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum. Troweling shall begin immediately following the spray application . The trowelled surface shall be smooth with no evidence of previous void areas. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with SecJion DA- 21. ASC-27 PART DA-ADDITIONAL SPECIAL CONDITIONS b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date. location and job recorded on each. The cyl!nders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request D. MEASUREMENT AND PAYMENT Payment shall be based. on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the appfication of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA· 13, DA-15, DA· 16 or DA-17. 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) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope 10/23/08 ASC-28 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM D-53 8 ASTMD-790 ASTM 0-790 Long Term Value 5,000 psi 10,000 psi 550,000psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to · provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 10/23/08 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours.· ASC-29 PART DA-ADDITIONAL SPECIAL CONDITIONS 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) 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. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) 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. 4) Spray the urethane onto the manhole wa,. and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING· RAVEN LINING SYSTEM A. GENERAL 1. Scope 10/23/08 ASC-30 - PART DA-ADDITIONAL SPECIAL CONDITIONS This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. . 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original · interior surface. B. MATERIALS · 1. Scope 10/23/08 This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance . . These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 5·. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures f\~:.i.-rnal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The !nterior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior . coating shall be installed in accordance with the manufacturer's recommendations and the following procedure . 1) 2) 3) 4) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thic~ness as required for the walls. ASC-32 PART DA-ADDITIONAL SPECIAL CONDITIONS · 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. · 6) No applications shall be made to frozen surfaces or if freezing is expected . to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to to~ch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MATERIALS 10/23108 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging. 2. Patchlng Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of Y2 inch. Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24HOURS 3500psi 650 psi 180,000 psi 28DAYS 10,000 psi 800 psi 1, 150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 10/23/08 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying. 4. Testing & Verification Testing of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21. ASC-34 PART DA-ADDITIONAL SPECIAL CONDITIONS The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at Ya inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexu'ral Strength ASTMD-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application p~ocedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested. E. MEASUREMENT AND PAYMENT 10/23108 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 ASC-35 PART DA-ADDITIONAL SPECIAL CONDITIONS trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. Scope. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed in the Manhole Rehabilitation Schei;Jule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-14, DA-15 or DA-16. 2. Description, The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manh ~i;;,D. Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface . B. MATERIALS 1. 2. 3. 4. 10/23/08 Scope. This section governs the materials required for completion of interior coating of manholes. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thQroughly familiar with the handling of the coating material shall perform the coating operations. ASC-36 PART DA· ADDITIONAL SPECIAL CONDITIONS C. EXECUTION: 10/23108 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs a) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. b) All unsealed lifting holes, unsealed step holes, voids larger than approxim~tely one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rap!( :,etting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed, remove all loose material. 3. Temperature. Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) (2) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall ~e accomplished by using high pressure water spray (minimum 3500 psi). Place covers over invert to prevent extraneous material from entering the sewer. ASC-37 PART DA-ADDITIONAL SPECIAL CONDITIONS (3) The su rface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform t hickness of 1" minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas . (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal. flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hour s after reconstruction is complete . 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be pe rform ed by the contractor after operations are complete in accordance with Section DA-21. b) At least four (4) 2-inch cubes of the coating material shar. ne taken from each day's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work and for furn ishi ng all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-20 PRESSURE GROUTING A. GENERAL 10/23/08 1. Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description:. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. ASC-38 PART DA-ADDITIONAL SPECIAL CONDITIONS 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. A. MATERIALS 10/23/08 1. Grouting Materials: a. b. a. Urethane Gel Grout Urethane gel grout, such as Scotch·Seal 561 O gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 1 O parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 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 chemical shall be essentially non·toxic in a cured form. 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 7) · Sealing material shall be noncorrosive. A reinforcing agent such as Scotch·Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the · tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test ASC·39 PART DA -ADDITIONAL SPECIAL CONDITIONS sample. Scotch-Seal Brand Gel Reinfor-cing 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 material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel .grout manufacturer's recommendations. 1. Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3. Material ld~ntification: Contractor shall completely identify the types of grout, mortar, sealant, anw or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the · Engineer. 4. Mixing and Handling: Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. C. EXECUTION 10/23/08 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, or manhole repairs are complete. 2. Preliminary Repairs: a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturer's specifications. ASC-40 PART DA-ADDITIONAL SPECIAL CONDITIONS b. Cut and trim all roots within the manhole. 3. Temperature~ Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bencMrough. 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 bencMrough. Pipe seal grquting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. 5. Drilling and Injection: a:. 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 b& injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of .these specifications. D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals, bench and trough, and 18 inches above crown · of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for 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. · 10/23/08 ASC-41 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls . Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. . Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may include defects in any manhole components but not displaying 1/1. Testing, Observations and Guarantee Periods: The. testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. MATERIALS -Not specified. C. EXECUTION Infiltration Testing; All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration . Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections shall b~ installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing 1o;231os ASC-42 PART DA-ADDITIONAL SPECIAL CONDITIONS connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 1 O inches of mercury shall be drawn, and the vacuum pump will be turned off. With the va1ve ·c1osed, the level of vacuum shall be read after the required test time . If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 111 H9 (10"H 9 ·9"H9) (SEC) DEPTH OF M.H. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole 8 20sec. 26sec. 10 25sec. 33 sec. 12 30sec. 39 sec. 14 35sec. 45 sec. 16 40sec. 52 sec. 18 45sec. 59sec. ** T=5 sec. T=6.5sec. 72-lnch Dia. Manhole 33 sec. 41 sec. 49sec. 57 sec . 67 sec. 73 sec. T=8sec. **For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional · compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame . Dyed . water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: 10/23/08 ASC-43 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break ofl,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2.400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may. at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a perioct of three (3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing, including au 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-23 LOCATION AND EXPOSURE OF MANHOLE$ AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before rf3surfacing begins on any street. Marking the curbs with paint is a recommended procedure. 10/23/08 ASC-44 PART DA-ADDITIONAL SPECIAL CONDITIONS It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is .completed (within same day) the contr~ctor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities . Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 · 1-800-395-0440 817-246-5538 817-392-6594 1-800-DIG-TESS Of course, under the terms of this contract, the contractor shall complete '.adjustment of the storm drain and Water Department facilities, one traffic lane at a time within ,:-H . .:' (5} working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-25 REPLACEMENT OF 6 11 CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to. deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504 11 Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. · The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable 10/23/08 ASC-45 PART DA-ADDITIONAL SPECIAL CONDITIONS sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will _not exceed 611 • Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall .not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat 11 , and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. 5iiii DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed bythe Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: 10/23/08 ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be . allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring re pair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required} according to standard speci~cations. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of 10123!os ASC-47 PART DA-ADDITIONAL SPECIAL CONDITIONS being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED . a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. · 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation . b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing · with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The. PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated 1012310s ASC-48 PART DA-ADDITIONAL SPECIAL CONDITIONS materials,· waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 10/23108 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS • a. Areas suspected of having petroleum contaminated material (soil s) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section . 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PIO or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PIO or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PIO or FID shall be calibrated according to manufactures instructions. ASC-49 10/23108 PART DA-ADDITIONAL SPECIAL CONDITIONS d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated If there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered . a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a · suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked 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 materiafs due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. • c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. 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 ASC-50 PART DA-ADDITIONAL SPECIAL CONDITIONS determine that the oil/water separator treated discharge is within the limits established by . the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test ·reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. · d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste cf~·0nsal facility. Completed Manifests shall be returned to the City Depant.~-\; of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas .. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 10/23/08 Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring ,he 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. ASC-51 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 m·ust 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 t::' '.'Jstance waste, the waste shipment record utilized shall be the TNRCC PETROLE L.,~;-3UBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by · the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of . Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 10/23/08 Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed · of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. ASC-52 - PART DA-ADDITIONAL SPECIAL CONDITIONS DA-39 ROCK RIPRAP • GROUT-FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed ·to stabilize the revetment toe. 2. The channel side slope shall be as st)own on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 10/23/08 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 24'' Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18 inch 12inch 6inch Sieve Size (Square Mesh) 18 inch 12inch 6inch 3inch Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FIL TEA FABRIC BLANKET: ASC-53 PART DA-ADDITIONAL SPECIAL CONDITIONS Approved Manufacturer: • Supac -Heavy Grade BNP (UV) • Trevira 011 /280 • Amoco4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) Permissible Limits Percent by Weight. Passing 100 95-100 80· 95 55-75 30-60 12-30 2-10 · D. EXECUTION: 10/23108 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by ASC-54 - PART DA -ADDITIONAL SPECIAL CONDITIONS surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of large r" stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain · the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as d~termined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a conststency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 · degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 1 o feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 1 O feet. Immediately -after dumping the batch of grout, it shall be distributed over the surface of the strip by 1012310s ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone ·protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. · E. MEASUREME~TAND PAYMENT 1. FIL TEA FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant , labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will he measured by the square yard using actual plan dimensions. Payment for grout wil : be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or . permits, both temp~rary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that ~ay have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. 10/23/08 ASC-56 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1 -20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be . furnished to the Contractor free or charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-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 10/23/08 ASC-57 PART DA-ADDITIONAL SPECIAL CONDITIONS review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omi~sions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design dra.wings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved subn:tittals shall be retained by the Contractor until completion of the project and pr~sented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. 10/23/08 ASC-58 - PART DA-ADDITIONAL SPECIAL CONDITIONS DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation liiiiili between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in ·· ·t case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20 ,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. 10/23/08 ASC-59 PART DA-ADDITIONAL SPECIAL CONDiTIONS DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-77 SCOPE OF WORK {UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutti .-;n the existing asphalt or concrete, compacting the existing subgrade or removal of the existir.i.; material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix•cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the· contract. The Inspector. will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty.one (21) calendar days. The twenty·one (21 ) calendar days for completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. The Water Department will estimate the necessary size of the pavement repair on each tic~et. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation. 10123/08 ASC·60 - PART DA-ADDITIONAL SPECIAL CONDITIONS The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Water Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S. Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started. A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1".24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time,· but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for each repair cut -not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. 10/23/08 ASC-61 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion: Sieve Size 1 w· 3/8" #4" #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions. DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair. The total low bidder, Units I, II, Ill and IV is the apparent suceessful bidder. If Contractor does not bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be rejected by the Water Department. 10/23/08 ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls,. or other facilities which, in the opinion of the Engineer require repair. The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls pf the structure as directed by the Engineer. The vertical reinforcing steel bars in the · walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, iids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused. Storm Drain Structure Repair shall be performed in conformance with specification Item 444, 11 Manholes and lnlets 11 , and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage . facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate drawings. DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or ready made mixes such as 11 Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to 10/23/08 ASC-63 PART DA -ADDITIONAL SPECIAL CONDITIONS the amount shown in the Proposal . It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approve c'. modifications thereof, the Engineer will recommend acceptance of the work under that part ic ... :.ar Work Order and recommend payment therefore. If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condit ion. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. 10/23/08 ASC-64 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials-------- DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of ·adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor•s operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 10/23/08 ASC-65 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price. DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting . The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft ., with a maximum twenty-~ight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 10/23/08 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260 . c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride ASC-66 - PART DA-ADDITIONAL SPECIAL CONDITIONS DA-110 DETERMINATION AND INITIATION OF WORK (MISC . REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification . The Contractor is to provide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven {7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed , not including paving . The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC . REPL.) Should the contractor fail to complete an individual work order in the given amount of ca lendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C -General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimate.n, e.mount for each particular work order will be used for determining the amount of damages chcfr Je d per calendar day of time . exceeding the specified amount. The first two paragraphs of Part C -General Conditions C7-7.10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 {rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations. One move-in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. · DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents . The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the 10/23/08 ASC-67 PART DA-ADDITIONAL SPECIAL CONDITIONS engineer. Any and all costs for the · required materials, labor, and equipment. necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES {MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction """ time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor .is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Managets office: 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 10/23/08 1. 2. 3. One conference table (6-ft). Eight folding chairs. First aid kit suitable for ten people with manual, American White ASC-68 ...... - PART DA-ADDITIONAL SPECIAL CONDITIONS Cross No. K1 O or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. -Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the. previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. 10/23/08 ASC-69 SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT .... , ... ,... .. ·::: :: ,-;; ... ·r ... .... .. All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or . later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and k ept in the office of the City Secretary of the City of Fort Worth as an official record of~e City of Fort Worth . INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2. l 1 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS. SECTIONElOO-MATERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13/90) El00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. El00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type ill. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions . The gasket shall be made of closed cell neoprenerubberandmeetthe requirement of AS1M Dl 056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. . e . The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. ElOO (1) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08 , 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a cont ract for public works shall determine the general prevailing rate of per diem wages for each craft or ty r-. ' worker needed to execute the contract, and shall specify In the bid documents and in the contract the prvvailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors , in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) BEA VY & IDGHW AY CONSTRUCTION · PREY AILING WAGE RATES 2008 Air Tool Ooerator $10.06 Asphalt Distributor Operator $13.99 AsPhalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Wei2her $14.15 Broom or Sweeper Operator $ 9 .88 BuJldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Onerator $13.63 Concrete PavingJoint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $14.12 Electrician $18.12 Flae:e:er $ 8.43 Form Builder/Setter, Structures $1 I.63 Form Setter, Paving & Curb $11.83 .. , Foundation Drill Operator, Crawler Mounted ·' $13.67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utility $10 .65 Mechanic $16.97 Millin2 Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15.20 Motor Grader Operator, Rouizh $14.50 Oiler $14.98 Painter, Structures I $13.17 Pavement Markin2 Machine Operator $10.04 Pioelayer $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 RoJler Operator, Pneumatic, Self-Propelled $11.07 Roller Ooerator, Steel Wheel, Flat Wheeltramping $10.92 Roller Operator, Steel Wheel, Plant Mix Pavement $] 1.28 Scraper Ooerator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Ooerator, Crawler Type $12.60 Tractor Operator, Pneumatic $12.91 Traveline: Mixer Operator $12.03 Truck Driver, Lowboy-Float $14.93 Truck Driver, Sini:i;le Axle, HeavY $11.47 Truck Driver, Single Axle, Light $10.91 Truck Driver, Tandem Axle, Semi-Trailer $11.75 Truck Driver, Transit-Mix $12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklaver/Stone Mason Bricklayer/Stone Mason Helper Caroenter Carpenter Helper Concrete Finishe r Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drvwall Taoe r Heloer .- Electrician (J ourneyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper ' Glazier Glazier Heloer Insu lator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Ploefltter Ploefitter Helper Plasterer Plaste rer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I H,ly Rate I Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcin11 Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler Svstem Installer $13.12 Sorinkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13.0 0 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 HrlyRate $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 rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs , ·pursuant to Texas Government Code 2258.023. ( c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023, 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. THE STATE OF TEXAS COUNTY OF TARRANT PERFORMANCE BOND Bond No. 1972205 § § § KNOW ALL BY THESE PRESENTS: That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) The Hanover Insurance Company, a corporation organized under the laws of the State of(3) New Hampshire, 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, Five Hundred Eighty-Six Thousand, Nine Hundred Twenty-Eight and No Cents ($*1,586,928.00*) 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 /¢fir day of SF~T. , 2010, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Woodvale Sanitary Sewer & Water Improvements, Project Number 00391; City Secretary Contract Number: 33509. 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 .J 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. It, SIGNED and SEALED this /I/ day of_J_,...f,-1-:·1------'T'---· ____ , 2010. ATTEST: (Principal) Secretary Witness as to Principal ATTEST: Secretary William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL ------By: ~,,4 a J,J'/~ )- Name: Teresa S. Skelly, Vice-President Address: P. 0. Box 40328 Fort Worth, TX 76140 The Hanover Insurance Com SURETY By: Name: Sheryl A. Klutts , Attorney-in-Fact Address : 440 Lincoln Street (SEC. Witness~yf.~ Worcester, MA 01653 Telephone Number: 1-800-608-8141 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT PAYMENT BOND Bond No. 1972205 § § § KNOW ALL BY THESE PRESENTS: That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) The Hanover Insurance Company, a corporation organized and existing under the laws of the State of (3) New Hampshire, 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, Five Hundred Eighty-Six Thousand, Nine Hundred Twenty-Eight and No Cents ($*1,586,928.00*) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee ,,/~£ dated the /~ day of 5'5/T , 2010, 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: Woodvale Sanitary Sewer & Water Improvements, Proiect Number 00391; City Secretary Contract Number: 33509. 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- SIGNED and SEALED this /~ day of _.f._"f)....,..7if~_· _____ , 2010. , William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL -----By: ~,,JJ~ Name: Teresa S. Skelly, v1resident ATIEST: (Principal) Secretary Address: P. 0. Box 40328 Fort Worth, TX 76140 Witness as to Principal ATIEST: Name: Sheryl A. Klutts, Attorney-in-Fact Secretary Address: 440 Lincoln Street (SE~ ~~~~ Worcester, MA 01653 Witness as to Surety, John A. Miller Telephone Number: 1-800-608-8141 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS : MAINTENANCE BOND Bond No. 1972205 That William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"), as principal, and The Hanover Insurance Company, a corporation organized under the laws of the State of New Hampshire , ("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, Five Hundred Eighty-Six Thousand, Nine Hundred Twenty-Eight and No Cents ($*1,586,928.00*), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs, executors, administrators, assigns and successors , jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the /~ ~ of S-qr , 2010 a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Woodvale Sanitary Sewer & Water Improvements the same being referred to herein and in said contract as the Work and being designated as Project Number(s): Project Number 00391; City Secretary Contract Number: 33509 and said contract, including all of the specifications , conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two (2) years after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of two (2) years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, i f in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHERE~ this instrument is executed in~ counterparts, each of which shall be deemed an original , this /¥ day of f" Ef)r. , A.D. 2010. , William J. Schultz, Inc., dba Circle "C" Construction Company ATTEST: Name : (Principal) Secretary Address : P. 0. Box 40328 · Fort Worth, TX 76140 rY\ uJbw.,::0 . lo .. d fd Witness as to Principal ATTEST : Name : Sheryl A. Klutts , Attorney-in-Fact Address : 440 Lincoln Street (SE Worcester, MA 01653 Witness as to Surety, John A. Miller Telephone Number: 1-800-608-8141 THE HANOVER INSURANCE COMPANY MASSACHUSETIS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS : That THE HANOVER INSURANCE COMPANY and MASSACHUSETIS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan , do hereby constitute and appoint JOHN A. MILLER, SHERYL A. KLUTIS, K. R. HARVEY, JOHN R. STOCKTON of Fort Worth, TX and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for , and on its behalf, and as its act and deed any place within the United States , or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings , contracts of indemnity or other writings obligatory in the nature thereof, as follows : Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents . These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts , to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances , contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." {Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF , THE HANOVER INSURANCE COMPANY, MASSACHUSETIS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals , duly attested by a Vice President and an Assistant Vice President, this 12th day of July, 2010. THE COMMONWEAL TH OF MASSACHUSETIS ) COUNTY OF WORCESTER ) ss . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZEN SURANCE COMPANY OF AMERICA On this 12th day of July, 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. ~Ox!~ Notary Public My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America , hereby certify that the above and foregoing is a full , true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America . "RESOLVED , That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto , granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile ." {Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this l Y ~ day of J lf:t -, 201 o. FOR INFORMATION, OR TO MAKE A COMPLAINT, CALL: 1-800-999-9239 PARA INFORMACION, 0 PARA HACER UNA QUEJA, HABLE: 1-800-999-9239 COMPLAINT NOTICE -TEXAS The Hanover Jnsurance Group- Should any dispute arise about your premium or about a claim that you have filed, contact the agent or write to the company that issued the policy, bond or certificate. If the problem is not resolved, you may also write the State Board of Insurance, P.O. Box 149091, Austin, Texas 78714-9091. FAX# (512) 475-1771. This notice of complaint procedure is for information only and does not become a part or condition of this policy, bond or certificate. 231-1314 TX (9-91) THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT ~ This Contract made and entered into this the /LJL' day of AD., 2010, by and between the CITY OF FORT WORTH, a home-rule munici al corporation situated in Tarrant , Denton, Parker, and Wise Counties , Texas , by and through its duly authorized Assistant City Manager, ("Owner"), and William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"). Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Parties ." WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Woodvale Sanitary Sewer & Water Improvements Project Number: 00391 City Secretary Contract Number: 33509 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public W arks Department of the City of Fart Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the Cit o art art within a period of 250 Calendar days. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at it s 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 cov enants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of F ort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , upon the execution of this Contractor, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 225 3 of th f'Teexx:a:n:s:ftm7E~=n+---. Code, as Amended . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX A. If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work. C If the Contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications , and Contract Documents . Said bond shall solely be for the protection of the Owner. D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents . 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be One Million, Five Hundred Eighty-Six Thousand, Nine Hundred Twenty-Eight and No Cents ($1,586,928.00). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 10 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ":i.~tl.. ~ . -~ Done in Fort Worth, Texas , this the _o<_ 1_ day of ~0...,, , DIRECTOR, DEPARTMENT OF WATER Contract Authorizat ioa q \ \~l\~. Date William J. Schultz, Inc., dba Circle "C" Construction Company CONTRACTOR ------BY: &-«2a JJ4'e _..,1 _T.,__e...,re .... sa"""'""'S . ...,,S'"""'k=-ell=y~-....._.) ____ _ Vice-President TITLE P. 0. Box 40328, Fort Worth, TX 76140 ADDRESS CITY OF FORT WORTH ASST CITY MANAGER ATTEST: ASST. CITY ATTORNEY , A.D ., 2010. OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION . LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project No. o ,?9/ . STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR t,/,l~o,,,, .T Je..A,,.//t: .z;:ir r4~ ,.,n:~ ?(aeJ fa,.u:%o a _____. By: Lu <a e , f:J~':J- Name: -;;;,,,.f~ J JA,//y Title: 1.,0; P ,I;.-,J/ c4' // ./ Date : /o -z C · / j Before me, the undersigned authority, on this day personally appeared ;;.~JP ...fUd/¢ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Y/ c~ /; Pf/e-h>A J-for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this ? ~ day of _t:)_~_r._. __ , 20_/_ll _ Notary Public in an r the State of Texas Rev4-15-10 June 1, 2009 Mr. Navin Nitish Natarajan , P.E. Turner, Collie & Braden , Inc. 1200 Summit Avenue , Suite 600 Fort Worth, Texas 76102 Phone : (817) 698-6780 Email : navin . natarajan@tcb.aecom .com Re: Geotechnical Investigation Propo sArl Meter Station Wood vc.i ~ Sanitary Sewer & Water Improvements Ft. Worth , Texas Mas-Tek Report No : E09-0302 Dear Mr. Natarajan : MAS•TEK Engineering & Associates, Inc. Please find enclosed our report summarizing the results of the geotechnica l investigat ion performed at the above referenced project site . We trust the recommendations derived from th is investigation will prov ide you w ith the information necessary to complete your proposed project successfully . We thank you for the opportunity to provide you with our professional services . If we can be of further assistance , please do not hes itate to contact the unders igned at (972) 444-8889 . Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. 1/tJd Michael D. Roland , P.E. Geotechnical Consultant ~""''''" ---eoFr~ ~ - -...._"\ ............ f...t.... •• , 4'.'r.a··· ... ';f., s ,~ ...... it!*: '·* a* •· .. ••••••••••• i····~····· ... AiNE ROLAND I Ml~~~~~•-•••••!'•.~·,.·:~~· 'I.""\ 96043 l "• .,0 "• A •1.,,~ .. I .Pa·· •.. l!CeMSt.~ .• ~v 1, ~~o "••• • • • •••:.V..C::. ,,,:!~ttA\. ,:.~ . ... ,i.~ ,, Geotechnical Consulting & Materials Testing 5 I 32 Sharp Street Dallas , Texas 75247 972 709-7384 TABLE OF CONTENTS PAGE 1.0 PROJECT INFORMATION-------------------------------------------~----------1 2.0 SCOPE OF INVESTIGATION-----· . ----------------------------------------------------1 3. 0 Fl ELD OPERATIONS -----------------------------,---------------------------1 4. 0 LABORATORY TEST! NG----------------------------------,-------------------------------2 5.0 SURFACE CONDITIONS----------------------.-----------------------------------2 5.1 GENERAL SITE CONDITIONS--------------.:·----------------------,---------------2 5.2 SITE GEOLOGY-------------------------------------.---------.-----.-... --2 -S.3 SUBSURFACE CONDITIONS-..:.-------------------------------------------------3 . 5.4 GROUNDWATER---------------------------------------------· -------------------3 6.0 ANALYSIS AND RECOMMENDATIONS----------------------------------------------------3 6.1 SOIL MOVEMENTS-------------------------------------. --------------------3 6.2 SITE PREPARATION FOR METER STATION -----------------------------------3 6.3 MAT FOUNDATION SYSTEM-------------------------------------. ·---.,.----------4 6.4 FLAT WORK CONSIDERATIONS-------------------------------:-------------5 7.0 BELOW GRADE WALLS---------------------------------------·-------------------------------5 8.0 INSPECTION AND TESTING---------------------------------------------------------------6 9. 0 LIM IT A Tl ON S -----------------------------------------------------------------------------6 FIGURES f>LAN OF BORING---------------------------------------------------------------------------------1 LOG OF 130 RI NG------------------------------------------------------------------------------------2 KEY TO TERMS OF BORINGS---------------------------------------------------------------3 SWELL TEST SUMMARY--------------------------------------------------------------------------4 MAS-TEK ENGINEERING & ASSOCIATES E09-0302 GEOTECHNICAL INVESTIGATION PROPOSED METER STATION WOODVALE SANITARY SEWER & WATER IMPROVEMENTS FORT WORTH, TEXAS 1.0 PROJECT INFORMATION The project site is located within Malaga Park which is located adjacent to and north of Malaga Drive in Fort Worth, Texas . The project consists of a proposed meter station . The meter station will consist of a 4 foot by 8 foot concrete meter vault. The bottom of the meter vault will be at a depth of 1 O feet below the existing ground surface. 2.0 SCOPE OF INVESTIGATION The purposes of the study were to : 1) explore the subsurface conditions at the site, 2) characterize the subsurface conditions by testing the physical and enginee ring properties of the underlying soil and rock strata and by observing groundwater co :. ms, 3) provide foundation recommendations for proposed meter stat ion, and 4) prov ide below grade wall construction recommendations. This report was prepared in general accordance with Mas- Tek Engineering 's Proposal No . POB-0701 E dated July 17, 2008. 3.0 FIELD OPERATIONS The field investigation consisted of drilling one (1) test boring in the vicinity of the proposed meter station . The test boring was drilled to a depth of 30 feet below the existing ground surface . The boring was located at the approximate location shown on the Plan of Boring (Figure 1). A truck-mounted drilling rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed specimens of the cohesive soils were obtained using standard, thin-walled, seamless tube samplers. These specimens were extruded in the field, logged, sealed, and packaged in plastic sample bags to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Foundation bearing properties of the sandy soils encountered in the boring were evaluated by the Standard Penetration test in conjunction with split spoon sampling. The Standard Penetration tests involves driving a standard 2 inch diameter sampler a total of one foot and MAS-TEK ENGINEERING & ASSOCIATES EOS-0302 PAGE 1 recording the blow counts and driving distances for each 6 inch or 50 blow increment. The first 6 inch drive is for seating purposes . The results of the Standard Penetration tests are recorded at the respective testing depths on the Logs of Borings . 4 .0 LABORATORY TESTING Samples were examined at our laboratory by the project geotechnical engineer. Selected samples were subjected to _ laboratory tests under the superv ision of th is engineer. The in-situ unit weight, moisture content, and liquid and plastic limits of se lected soil samples were measured . These tests were used to estimate the potential volumetric change of the different soil strata and as an ind ication of the uniformity of the material. Hand penetrometer tests were also performed to provide an ind ication of the variation of soil strength and soil swell with depth. An unconfined compressive strength test was performed to provide foundation bearing properties of the clay soils . To provide additional information about the swell characteristics of these so il s (at their in-situ moisture conditions), an absorption swell test was performed on a selected sample of the clay soils . The results of our test ing program are presented on the Log of Boring (Figure 2) and on the swell test results (Figure 4). 5.0 SURFACE CONDITIONS 5.1 GENERAL SITE CONDITIONS The project site is located within Malaga Park which is located adjacent to and north of Malaga Drive in Fort Worth , Texas . The project site is adjacent to and just east of Lake Worth . See Plan of Boring (Figure 1) for site location and aerial view . The site is covered with grass and trees . 5.2 SITE GEOLOGY As shown on the Dallas sheet of the Geologic Atlas of Texas , the site is located in an area where Fluviatile Terrace deposits are present over the Goodland Limestone Formation . Fluviatile Terrace deposits are Quaternary Age deposits consisting of gravel , sand , si lt and clay. The Fluviatile Terrace deposits extend to depths of 30+ feet at this site according to the results of the test boring which extended to a termination depth of 30 feet. MAS-TEK ENGINEERING & ASSOCIATES E09-0302 PAGE2 5.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Boring. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation . Boundaries between the various soil types are approximate . 5.4 GROUNDWATER The boring was advanced with continuous flight auger drilling equipment. This method allows relatively accurate groundwater observations to be made while drilling. Groundwater was encountered during drilling at a depth of about 13 feet below the existing ground surface . The subsurface water conditions are subject to change with variations in climatic conditions and are also functions of subsurface soil conditions, rainfall and water levels within the adjacent creek. '3.0 ANALYSIS AND RECOMMENDATIONS 6.1 SOIL MOVEMENTS The subsurface exploration revealed the presence of silty clay, silty shaley clay, and shaley clay soils . These clayey soils hav~ a low to moderate shrink/swell potential depending -upon its moisture condition at the time of construction. Potential Vertical Rise (PVR) calculations were performed using swell test results to estimate the swell potential of the soil. The estimated PVR value for the lift station bottom (assuming a minimum 10 foot cut below the E!Xisting ground surface) is on the order of one (1) inch . The estimated PVR value for ground level flatwork adjacent to the meter station is on the order of 3 inches based upon current grades and current soil moisture conditions. It should be noted that the upper silty clay soils were generally in an average moisture condition at the time of this investigation . It should be noted that if these clay soils are allowed to dry prior to flatwork construction that the potential vertical rise for at grade flatwork could increase to over 4 inches. 6.2 SITE PREPARATION FOR METER STATION · We recommend that the following site preparation work be performed for the meter station: 1. Perform required excavation for the meter station. 2. Excavate and remove all clay soils present at the base of cut (approximately 2 feet of additional cut will be required based upon the results of the test boring and an anticipated cut of 10 feet to reach bottom of the meter station). The clay soils should MAS-TEK ENGINEERING & ASSOCIATES E09-0302 PAGE3 be removed until the very dense sand is encountered . It is important that the contractor does not excavate more than 6 inches into the non-plastic sands. We recommend that the base of cut be observed by a Mas-Tek Engineer to verify that all clay soils have been removed. Excavations should extend 4 feet beyond the limits of the meter station foundation. 3. After the excavation has been performed, the upper 6" of the sand subgrade should be moistened and compacted with a vibratory plate at -1% to +2% to a minimum of 95% ASTM D698 (Standard Proctor). It should be noted that the sand surface can easily be disturbed and loosened especially if the surface becomes dry. It is imperative that the contractor place and compact the select fill in a timely manner after achieve compaction of the sand surface and in a manner not to loosen the sands. The moisture condition of the sands should be maintained until the select fill has been placed and compacted. 4. Fill to bottom of meter station with low Pl select fill. The material used as select fill should be a very sandy clay to clayey sand with a plasticity index between 4 and 14. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 98 percent of ASTM Standard D 698 between -1 and +2 percentage points of the soil's optimum moisture content. If the above site preparation work is performed, the estimated PVR below the meter station should be negligible. If a one inch PVR is acceptable, then place 8 inches of select fill below the meter station over the very stiff to hard shaley clay (with verification by Mas-Tek of very stiff clay with a shaley clay thickness of less than 2 feet below the meter station). Prior to select fill placement, moisten the shaley clay surface and compact at optimum to +3% above optimum to 97% ASTM 0698 . 6.3 MAT FOUNDATION SYSTEM A shallow mat foundation system founded on adequately compacted select fill soils as verified by Mas-Tek Engineering may be used to support the proposed meter station. We recommend that an allowable bearing capacity of 2,500 psf be used for design. The fou _ndation plan and the utility plan should be cross-checked to verify that no utility line excavation extends beneath the bearing influence of any footing. Trench cuts extending beneath the footings (or within their bearing influence) should be avoided, if possible. MAS-TEK ENGINEERING & ASSOCIATES E09-0302 PAGE4 Otherwise, the trench backfill should consist of lean concrete within the bearing influence of the footing. 6.4 FLAT WORK CONSIDERATIONS Provisions should be made for post-construction differential upward movement of adjacent flatwork. Site grading plans should include provisions for the effects of soil movements on adjacent flatwork. The estimated PVR value for ground level flatwork adjacent to the meter station is on the order of 3 inches based upon current grades and current moisture conditions . As previously mentioned, if the clay soils are allowed to dry prior to flatwork construction, the potential vertical rise for at grade flatwork could increase to over 4 inches. If it is desired to reduce the potential soil swell movement of the adjacent flatwork, Mas-Tek Engineering should be contacted for recommendat ions . 7.0 BELOW GRADE WALLS It is understood that the meter station will be constructed at a depth of about 10 feet below existing ground surface . The below grade meter station walls will be subject to the following at-rest pressures. At-Rest Pressure On Walls: Select Fill : 60 pcf drained; On-Site Soil: 80 pcf drained ; 92 pcf undrained 102 pcf undrained If on-site soil is used as backfill, compact shaley clay at +4% to + 7% above optimum to 92% ASTM D698 for clay soils having a Pl of 30 or greater. Silty clay soils having a Pt of less than 30 and on-site broken limestone (with 6 inch maximum size) should be compacted at +2% to +5% above optimum to 94% ASTM D698 . If select fill is used as backfill, the material used as select fill should be a very sandy clay to clayey sand with a liquid limit of 32 or less. We recommend the plasticity index of this material be between 4 and 14. The fill should be spread in loose lifts, less than 8 inches thick, and uniformly compacted to between 95 and 98 percent of ASTM Standard D 698 between -2% and +2% percentage points of the soil's optimum moisture content. Do not over compact. The moisture content of the completed pad must be maintained during construction until all slabs have been constructed . MAS-TEK ENGINEERING & ASSOCIATES E09-0302 PAGE 5 For all backfill, use ha·nd compaction only within 5' of walls and backfill in lifts uniformly around meter station within 45 degree backfill wedge (45 degree wedge from base of wall to ground surface). 8.0 INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspect ion and testing services are provided. It is recommended that all pier drilling, proofrolling, site and subgrade preparation , and elevator wall and slab construction be monitored by a qualified engineering technician . Density tests should be performed to verify compaction and moisture content of any earthwork . Inspection should be performed prior to and during concrete placement operations . Mas-Tek Engineering would be pleased to assist you with construction inspection and testing services on this project. 9.0 LIMITATIONS The professional services that have been performed, the findings obtained, and the recommendations prepared were accomplished i. 1 accordance with currently accepted geotechnical engineering princ iples and practices . The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering should be notified to review the effects on the performance of the recommended foundation system. The recommendations given . in this report were prepared exclusively for the use of client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose . We will retain the untested samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing .. MAS-TEK ENGINEERING & ASSOCIATES E09-0302 PAGES FIGURES MAS-TEK 1=:NGINEERING Proposed Meter Station Woodvale Sanitary Sewer & Water Oala Ravls&d,..,'A 2/16/09 I'll, Scala PLAN OF BORINGS FIGURE 1""' 100' Pro joct No. E09-0302 1 LOG OF BORING 8-1 Project: Proposed Meter Station -Woodvale Sanitary Sewer & Water Improvements Project No.: E09-0302 Date: 03/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 13.7 feet Depth to water when checked: end of day was: 12.8' was: 13.5' Depth to caving when checked: end of day ElEVAT.!ON/ 1· DEPTi'I rroel) 5 ""10 15 ;-20 25 -30 35 Notes: SOIL SYMBOLS !!AMPLE~ SYM8.0LS & F.IELD TEST DATA DESCRIPTION MC lL PL Pl -200 DC> I' PEN UNCON S1rain ·~ ~. % ¥, per tsr ksr ·%- -1---------------------1--------1-------.-1---:...---1.6 Brown silty CLAY w/ sand seams, gravel & limestone pieces 9 35 14 2.1 2.2 2.3 2.2 -1---------------------1-------------~ ------- - Moderately hard to hard tan weathered LIMESTONE w/ clay sec;1ms, fractured -1-----------------------1----------1------------- · Gray & tan shaley CLAY w/ limestone seams 26 62 20 42 96 4.5• 6.2 5.2 -•-----~------------------1------1---. -· ---------- Light gray cemented SAND -very dense -seepage at 14' during drilling _, ___________ ---------·~-----------1------------- Dark gray fine to medium coarse cemented SAND -very dense -1---------------------1-'----________ ,_ Boring terminated at 30' FIGURE:2 MTE, INC. KEY TO LOG TERMS & SYMBOLS Symbol Description Strata symbols CLAY, silty LIMESTONE, weathered Silty Shaley CLAY CLAY, shaley SAND Misc. Symbols Water table at boring completion Soil Samplers I Notes: Thin Wall Shelby Tube Standard Penetration Test Symbol Description [] Auger 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples boring logs. Abbreviations used are: DD= natural dry density (pcf) MC= natural moisture content (%) Uncon,= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) 4. Rock Cores recovered are reported on the LL= liquid limit (%) PL= plastic limit (%) PI= plasticity index -200 = percent passing #200 REC= (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4 11 or greater in length divided by the run, expressed as percentage. MTE, INC . FIGURE:3 BORING NO. DEPTH (FEET) SWELL TEST RESULTS ATTERBERG UNIT LIMITS WEIGHT 1.L PL Pl IN-SITU FINAL % LOAD MOISTURE MOISTURE (PSF) VERTICAL CONTENT CONTENT SWELL 11---.----1----.··---i----i----i------+------+----4-----11 8-1 9-10 96.4 62 20 42 26.4 29 .2 1,188 2.9 . PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied , free . water with surfactant made available, and sample allowed to swell completely . 2. Load removed and final moisture content determined . SWELL TEST RESULTS PROPOSED METER STATION WOODVALE SANITARY SEWER & WATER-FORT WORTH, TX MAS-TEK ENGINEERING E:09-0302 I Date: 06/01/2009 I FIGURE 4 May 25, 2010 ADDENDUM NO. 1 TO PLANS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WOODVALE SANITARY SEWER & WATER IMPROVEMENTS Project Number: 00391 CITY OF FORT WORTH, TEXAS ADDENDUM ISSUE DATE : TUESDAY, MAY 25, 2010 The following changes to the Contract Documents should be noted by all prospective bidders : CHANGES TO CONTRACT DOCUMENTS : 1. Sections 2 .2 and 2 .3: The following changes have been made to Section 2.2 Notice to Bidders and 2.3 Comprehensive Notice to Bidders : 1. Remove and replace "Pre-bid Meeting: May 26 , 11 :00 AM -Eagle Mountain Lake " with the following text: Pre-bid Meeting: June 2, 11 :00 AM -Eagle Mountain Lake Water Treatment Plant 2. The BID DATE has been revised . Please revise all occurrences of the BID DATE . The BID DATE has been moved from Ju11e 10, 2010 to June 17, 2010. Revise all locations within the bidding documents accordingly . BIDS will be received at the Purchasing Office until 1 :30 p.m., June 17, 2010, and then read aloud at 2:00 p.m. in the council chambers. CHANGES TO PLANS: 1. The attached Project Sign Detail 1-H shall be used fo r the project. The sign shall be subsidiary to the bid prices of the project. NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS : (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL ADDENDUM NO. 1 FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO . 1 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON-RESPONSIVE", RESULTING IN DISQUALIFICATION. ADDENDUM NO. 1 ACKNOWLEDGEMENT: By: _______ _ Title : -------- Address: -------- Telephone : _____ _ THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE . AECOM Matt Abbe May 25 , 2010 ADDENDUM NO. 1 June 8 , 2010 ADDENDUM NO. 2 TO PLANS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WOODVALE SANITARY SEWER & WATER IMPROVEMENTS Project Number: 00391 CITY OF FORT WORTH , TEXAS ADDENDUM ISSUE DATE : TUESDAY, JUNE 8 , 2010 The following changes to the Contract Documents should be noted by all prospective bidders : CHANGES TO CONTRACT DOCUMENTS: 1. Section 4 .2 Bid Proposal: Remove and replace the entire Bid Proposal Section with the attached Bid Proposal Section . Changes to the section include : a. Delete Bid Item 16 from Section B , Sanitary Sewer. This Item will be performed by the City of Fort Worth, prior to associate construction activities . b. Add Bid Item 26 , Mobilization per work order for installation of Grinder Units to Section B, Sanitary Sewer. This item shall cover Remobilization and Demobilization for the contractor to install Grinder Units when appropriate . 2 . Section 2.6 Detailed Project Specifications : a. Delete Bid Item 16 from Section B, Sanitary Sewer. This Item will be performed by the City of Fort Worth , prior to associate construct ion activities . b. Add Item 26, Mobilization per work order for installation of Grinder Units to Section B, Sanitary Sewer section . The description is shown below : "26 Measurement and payment for Mobilization per work order for installation of Grinder Units shall be per each work order requested by the City of Fort Worth . Mobilization shall include remobilizing equipment and staff required for the complete installation of grinder pumps and associated equipment, complete , and in place . This cost shall include any associated remobilization . For Bidding purposes , twenty (20) work orders are assumed ." CHANGES TO PLANS: 1. Delete the last sentence of "Construction Sequence For Force Main " Note #7, which says : "NO SEPARATE PAY WILL BE ALLOWED FOR ADDITIONAL DE- MOB I LIZA TION/RE-MOBLIZA TION COSTS ." ADDENDUM NO. 2 CLARIFICATION : 1. NOTE TO CONTRACTOR'S: It is the Homeowner's responsibility to hire a plumber to install their gravity service line from their home to the grinder unit, including any associated restorative services . It is the contractor's responsibility to fully install the grinder units and associated appurtenances, including the service line to the force main , control panel , and associated items , including backfill sodding , testing , etc. This work shall be fully completed , restored to as good as or better than condition, and operational prior to acceptance . The City will require that any work, performed by either the contractor or plumber be fully completed prior to connecting work by either the plumber or contractor, so that the contractor is not responsible for the plumber's work and the plumber is not responsible for the contractor's work. NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED . PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS : (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO . 2 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON-RESPONSIVE", RESULTING IN DISQUALIFICATION . ADDENDUM NO. 2 ACKNOWLEDGEMENT: By : ________ _ Title : -------- Address: --------- Telephone : _____ _ THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. AECOM Matt Abbe June 8 , 2010 ADDENDUM NO . 2 TO : The Purchasing Department City of Fort Worth, Texas PROPOSAL Fort Worth, Texas 6/8 /2010 FOR: WOODVALE SANITARY SEWER & WATER IMPROVEMENTS City Project No.: 00391 UNITS/SECTIONS: Unit 1 Section A-Waterline Unit 2 Section B -Sanitary Sewer Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site , understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements . Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing arid completing said work within the time stated for the following sums , to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note : All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. ADDENDUM NO . 2 City of Fort W orth Project: Wood vale Sanitary Sewer & Water Improvements Date : TBD City Project# 00391 Your Vendor Number: Your Company Name : PAY A PPROX. UNIT ITEM QUANITY 306 LF 2 725 SY 3 4 ,794 LF 4 8004 LF ' >• ,,,,, ,', ' ·.s ,,,, ', ' ,,, ', ,t, ' }, '"" ,j " ' <, ,, DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS Furnish and install flowable fill Complete in place for the sum of @ DOLLARS and CEN TS PER LINEAR FOOT Furnish and install Rock Riprap in accordance with plans and specifications. Complete in place for the sum of @ DOLLARS and CENTS PER SQUARE YARD Permanent asphalt pavement repair for waterli ne per Force Main Miscellaneous Det ail Sheet 1 of 3 , Typical Section -Trench Repair HMAC Surface With Soil Base Complete in place for the sum of @ DOLLARS and CENTS PER LINEAR FOOT Provide seeding and geotextile blanket, Complete in place for the sum of @ DOLLARS and CE NTS PER LINEAR FOOT 5 12,798 LF Furnish and install trench safety system for trenches greater than 5 fee t in depth , Complete in place for the s um of ' $ $ $ $ @ DOLLARS $ 6 LS and CENTS PER LINEAR FOOT Furnish a pollution prevention system for storm water discharge in accordance w ith the Specifications and the TCEQ regulations, and the assumption of the respons ibility of said pollution prevention system , Complete in place for the sum of @ __________________ DOLLARS and ____________________ CENTS PER LUMP SUM TOTAL: GENERAL 2 of 9 $ Project Manager: Wa lter Hard in, PE ·,' ·.s:, ',,, ", '\ ',,_.,, UNIT PRICE TOTAL AMOUNT $ $ $ $ $ $ $ ADDENDUM NO. 2 City of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Date : TBD City Project# 00391 Your Vendor Number: Your Company Name : PAY APP ROX. UNIT ITEM QUANITY ... . :;-: .. . . :·-. .... DESCRIPTION OF ITEM WITH BIO PRICE WRITTE N IN WORDS Project Manager: Walter Hardin , PE .... , ,,.-. .-_. · . UNIT PRICE TOTAL AM OUNT s.~CTJ.O.N:A~~~W~TE~,:~(' i:~ ?;~ .:'.f~t?:~-~-:::~:~·1t~f.j{f.'jli;= ~~J~i~f~, .... :J.;;:~f;; /!{\(~: ··~'r:;}~Jf(:~~fJ(t:'t:£\t~·t·;1rNJf ,:::?.i· .::t~, (;l~·}\~,;,;.~;; !:~}·>:g:~f{*J.9.?z~:...;·;~~}-'.~-:. -.\ ·~::L~;;:::.~1Jt;.:f' .. j.: ;;~'4.;)[t.:i~~~·/·{,'?:~~~:;_;;f\ \,:1:;~ 1 55 LF Furnish and install 6-inch pressure pipe by open cut method , Complete in place for the sum of @ DOLLARS $ $ 2 3725 3 70 4 3 .2 5 5 6 18 7 5 8 25 9 25 10 957 and CENTS PER LINEAR FOOT LF Furnish and install 8-inch pressure pipe by open cut method , Complete in place for the sum of @ DO LLARS and CENTS PER LINEAR FOOT LF Furn ish and install 8-inch pressure pipe by other than open cut methods, including casing pipe and flowable fill Complete in place for the sum of @ DOLLARS and CENTS PER LINEAR FOOT TON Furnish and install pipe fittings-< than 16 inch DI pipe, Complete in place for the sum of @ DOLLARS and CENTS PER TON EA Furnish and install 6 inch gate valve w ith valve box, Complete in place for the sum of @ DOLLARS and CENTS PER EACH EA Furnish and install 8 inch gate valve with valve box, Complete in place for the sum of @ DOLLA RS and CENTS PER EACH EA Furnish and install fire hydrant, Complete in place for the sum of @ DOLLARS and CENTS PER EACH VF Furnish and install fire hydrant-barrel & stem extension , Complete in place for the sum of @ DOLLARS and CENTS PER VERTICAL FOOT EA Furnish and install meter box-Class A, Complete in place for the sum of @ DOLLARS and-CENTS PER EACH LF Furnish and install 1 inch waler service between service tap and service connection assembly, Complete in place for the sum of @ DOLLARS and CENTS PER LINEAR FOOT 3 of 9 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ ADDENDUM NO. 2 City of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Project Manager: Walter Hardin , PE Date : TBD City Project# 00391 Your Vendor Number: ... ,.·\ . }t)'; :i;J;,,. •·ix:1 . \.c:>' ·:· . . ' , .. · . .,.;,!' ,,{ "':c· . .... ' ·/··· . Your Company Name: . ,. .. -··· . , .. ;','. . .. ,..,. ·,· •. ,.r.-:.. . ;•:: "' . .: .. , . . ;:·,, ,,., . .... •· . '-, ·,,-.. • . .,;,. PAY APPROX. UNIT DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ITEM QUANITY 11 25 EA Furnish and install service tap including tie in to water main and 1-inch corp stop , Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 12 86 EA Furnish and install pressure reducing valve, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 13 1 LS Furnish and install 2 inch water service -temporary, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LUMP SUM TOTAL: SECTION A -WATER $ 4 of 9 ADDENDUM NO. 2 ·' City of Fort W orth Project: W oodvale Sanitary Sewer & Water Improvements Project Manager: Walter Hardin, PE Date: TBD City Project# 00391 Your Vendor Number: '-;' 1,, · ~-. ; it ,; :''··': .. .,, .. . ''" Your Company Name : .,,. . ·,;: ' ):, ,,• 11 ·,:, .. ,;,A, .. . <' ; ',·. ') s,'> . . .. , .. ' .. ' PAY A PPROX. ITEM Q UANITY UNIT DESCRIPTION OF ITEM WITH BI D PRICE W RITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ~ECTION, B. ':, SANl:'{ARYt .SEWE~ ~:l:¥\~~~It4.ti/:.~.d?;-..~tt:?·'-~J',\ , :: : :·:-r'' ;;~ ... _ · ·:~ ·:: ·t:.-f_: -:.-.~:f:'.':/ f/ .;'.:.:\/. ~ . .t~,~=:~~~:~=-~-.,:.-~:;,~1. ··~-~S ,: .... ~., .. ,:€~::\.'.:~"': ~ ''.r!'.'::·'" -~'~::?;~{'~,. ~:.(·:} ~:r(1'. ·.;,; -::'.-1:·~ .... --}~:·~ ?~:~ ~';~\? \ 1 80 LF Furnish and install 15-inch SDR 35 PVC sewer pipe and fittings by open cut method, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 2 3486 LF Furnish and install 4-inch HDPE DR 11 sewer pipe and fittings by open cut method , Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 3 2604 LF Furnish and install 3-i nch HOPE DR 11 sewer pipe and fittings by open cut method, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 4 2838 LF Furnish and install 2-inch HOPE DR 11 sewer pipe and fittings by open cut method , Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 5 70 LF Furnish and install 4-inch HOPE DR 11 sewer pipe by method other than open cut including casing pipe and flowable fill , Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 6 1 EA Furnish and install 2-inch isolation valve, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 7 1 EA Furnish and install 3-inch isolation valve, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 8 89 EA Furnish and install a 1.25-inch service connection assembly per the standard detail , including meter box, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 9 89 EA Furnish and install service tap including tie into force main and 1.25-inch corp stop, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 5 of 9 ADDENDUM NO. 2 Ci ty of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Project Manager : Walter Hardin , PE Date: TBD City Project # 00391 Your Vendor Number : ' "<' -.-,,~-. . , .. l l ., Your Company Name : -·· FL ,..,, '··· " ,. , .. , ·? .. PAY APP ROX. UNIT DESCRIPTION OF ITEM WITH BID PRI CE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ITE M QUANITY 10 89 EA Furnish and install 1.25-inch IPS DR 11 HOPE sewer pipe and fittings for service line between service tap and grinder pump station, including 100 linear feet of sewer pipe, excavation , bore, jacking or tunneling, backfilling , connection to residence and grinder pump station, and property restoration, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 11 1000 LF Furnish and install additional 1.25-inch IPS DR 11 HOPE sewer pipe and fittings beyond 100-LF (Bid Item 12) for service line between service tap and grinder pump station, excavation, bore, jacking or tunneling , backfilling and property restoration Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 12 3 EA Furnish and install 2-inch plug valve and box, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 13 100 EA Furnish simplex grinder pump per the requirements of specification, Complete in place for the sum of @ Fou r Th ousand Two Hundred One DOLLARS $ 4,201 .00 $ 420 ,100 .00 and Zero CENTS PER EACH 14 89 EA Install simplex grinder pump station per the requirements of specification Section 11073, including 1.25-inch IPS DR 11 HOPE and accessories for discharge lines and connection to service assembly, excavation , concrete anchoring , inlet and discharge pipe connections, electrical connections and controls , backfilling pavement repair, topsoil and sod around pump station , connection to service tap assembly, test the system with test water provided by the Contractor, as specified or as shown , Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 15 69 EA Provide and mount grinder pump station control panel to the side of the home, including underground conduit and cable for connection of control panel to grinder pump , insulated conduit and cable for connection between control panel and electrical disconnect, excavation , backfilling, pavement repair, topsoil replacement, fittings and accessories, in accordance with the plans and specifications, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH ~ 39 €A P:llFRiSR a SllF\ley 9861lFReRt af !Re !jFiRaeF l)llFRI) iRstallatiaR , GaFRl)lele iR !)lase faF !Re sw,1 sf X X @ QGbbARS $ $ aRg GEM+S PER EAGlel 17 6 EA Furnish and install flushing station, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 6 of 9 ADDENDUM NO. 2 City of Fort Wo rth Project: Woodvale Sanitary Sewer & Water Improvements Project Manager: Walter Hard in, PE Date: TBD City Project# 00391 Your Vendor Number: ... ., . ·.•( ,·' .. .. ., .. :" Your Company Name : >:·'' "· '!.< ' '" ,. ;.; > .', ,,:, .. ,. PAY A PPR O X. UNIT DESCRIPTION OF ITEM WITH BI D PRICE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT ITEM QUANITY 18 1 EA Furnish and install 5-foot diameter sanitary sewer manhole and cover, cast in place, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 19 1 EA Remove and replace 5-foot diameter sanitary sewer manhole and cover. cast in place, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 20 2 EA Furnish and install concrete collar for sanitary sewer manhole, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 21 12 VF Furnish and install sanitary sewer manhole coating , Complete in place for the sum of @ DOLLARS $ $ and CENTS PER VERTICAL FOOT 22 2 EA Vacuum test sanitary sewer manhole, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 23 80 LF Television inspect existing 15-inch sanitary sewer for service locations, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LINEAR FOOT 24 1 EA Abandon existing sanitary sewer manhole and plug line, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH 25 1 LS Provide bypass pumping, Complete in place for the sum of @ DOLLARS $ $ and CENTS PER LUMP SUM 26 20 EA Mobilization per work order for installation of Grinder Units Complete in place for the sum of @ DOLLARS $ $ and CENTS PER EACH TOTAL: SECTI ON B • SAN ITARY SEWER $ 7 of 9 ADDENDUM NO. 2 City of Fort Worth Project: Woodvale Sanitary Sewer & Water Improvements Date: TBD City Project # 00391 Your Ve ndo r Number: Your Company Name: PAY APPROX. UNIT ITEM QUANITY DESCRIPTION OF ITEM WITH BID PRICE WRITTEN IN WORDS TOTAL: GENERAL TOTAL: SECTION A-WATER TOTAL: SECTION 8 -SANITARY SEWER TOTAL BID 8 of 9 Project Man ager: Walter Hard in, PE UNIT PRICE TOTAL AMOUNT ADDENDUM NO. 2 Within ten (10) days after notification b y the City of Fort Worth, t he undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and . bond or bonds are not executed and deliv ered within the time above set fo rth, 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 emplo yment and those of any labor organization, subcontractors, or employment agency in either furnish ing 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 ~~.9i[iJ[Jiil4lg 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 . B. 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: -----------Addend um No . 2: -----------Addend um No. 3: ----------- Addend um No. 4 : ----------- Addend um No. 5: -----------Addend um No . 6 : ----------- I.. i\ ·t'1:·1 " C(·, 1·1~'Yt·a-·'1" r, "'·11.1 ~ .... """' .. .,., .. .}\., ~ .:ie, ... Respectfully submitted, By: Title: Company: ____________ _ Address : Date: ADDENDUM NO. 2 June 11 , 2010 ADDENDUM NO. 3 TO PLANS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WOODVALE SANITARY SEWER & WATER IMPROVEMENTS Project Number: 00391 CITY OF FORT WORTH, TEXAS ADDENDUM ISSUE DATE: FRIDAY, JUNE 11, 2010 The following changes to the Contract Documents should be no ted by all prospective bidders: CHANGES TO CONTRACT DOCUMENTS : 1. SPECIFICATION 11073 D-Series High Flood Wetwell Grinder Pump Station : Delete the following section from the subject specification : 2.16 SPARE ITEMS : The manufacturer will supply four (4) progress ive cavity spare grinder plump cores with all operational control level sensors , check valve, anti-siphon valve , pump/motor unit , and grinder. CLARIFICATION: 1. Spare Parts have been included with the bid price for the Simplex Grinder Pumps . Contact Environmental Improvements , Inc. for additional information at 972-436-2536. 2 . Attached is a quote for the Simplex Grinder Pumps from Environmental Improvement , Inc. Note that the quote used in the bid documents is for the "5-Year Warranty." NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS: (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 3 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON-RESPONSIVE", RESULTING IN DISQUALIFICATION . ADDENDUM NO. 3 ADDENDUM NO. 3 ACKNOWLEDGEMENT: By : _______ _ Title : ------- Address : -------- Telephone : _____ _ THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. AECOM Matt Abbe June 11 ; 2010 ADDENDUM NO. 3 517 North Kealy (75057) P.O. Box 915 Lewisville, TX 75067 Voice 972-436-2536 / Fax 972-436-8670 environmental El 2 imorovements. inc. Not-to-Exceed Quoation DATE: Project: TO: ATTN: April 22, 2010 Woodvale Low Pressure Sewer System City of Fort Worth Paul Bounds SALES REP: Eric Fields SECTIONS: 11073 -Submersible Grinder Pump Stations SCOPE OF SUPPLY: Qty: Description: 50 Model DH071 F-74 grinder pump stations with 75' long cables. Pump stations shall be in general accordance with the referenced specification. 30 Model DH071 F-74 grinder pump stations with 100' long cables . Pump stotions shall be in general accordance with the referenced specification. 20 Model DH071F-74 grinder pump stations with 150' long cables. Pump stations shall be in general accordance with the referenced specification. Lot Spare parts as requested by City [spare cores are not included). Revision: 0 Manufacturer: Environment One Corporation Environment One Corporation Environment One Corporation Environment One Corporation Page 2. COMMENTS & CLARIFICATIONS: 1. Pumps will be delivered and stored at the Eagle Mountain WTP in Fort Worth, Texas. 2. Start-up and training to be provided by Environmental Improvements, Inc. Environmental Improvements proposes to furnish materials, and or equipment for the above project. Any items not shown above as detailed under 'SCOPE OF SUPPLY', or other attachments to this proposal, are EXCLUDED. In Addition, installation labor, misc. plumbing, piping, valves, fittings, chemical supply, gauges, supports, anchor bolts, electrical conduit and any other items not specifically listed above, shall be supp lied by others. Freight is FOB factory . Start-up services and training are included in the pricing. PRICE w/ manufacturer's 2 year warranty: ................................. $399 ,900.00 ($66,210 savings} PRICE w/ manufacturer's 5 year warranty: ................................. $420,100.00 ($80,810 savings} Regards , Environmental Improvements, Inc . ~}£ Eric Fields Manufacturers' Representative Project Sign 4' ------------4 ' ----------- 1-11 •1 .. -CFORT WORTH =~;. ~-~ --~ ~~ 311 3 .. ~-'-----Project Title ~1• a1" 2 Funding 311 11 11 2 Contractor: 111 2 2111 Contractor's Name 2 1111 1111 Questions on this Proj ect Call: 2 2 111 1111 (817) 392 -XXXX 2 111 1111 After Hours Call: (817) 392 -XXXX 2 2111 R1 11 TYP . FONTS : FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETIERING IN ARIAL BOLD COLORS: FORT WORTH • PMS 288 • BLUE LONGHORNLOGO-PMS725-BROWN LETIERING • PMS 288 • BLUE BACKGROUND • WHITE BORDER • BLUE 2 NOTES : IF APPLICABLE TO THE PROJECT, CONTRAC TOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN AC TI ON"/ LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (&17-451-4684), PEEL AND PLACE IN FUNDING SECTION . PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO . 1 · H DATE :