Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41401
DO E FIL:: C of ORT WORTH rY CITY SECRETARY J 'J tJ I CONTRACT NO . 1 0 _ SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2007 Critical Capital Project {Council District 9) Part II -Group 98 BIDDISON STREET (EVANS AVENUE TO ECHO LAKE DRIVE SOUTH) BLODGETT AVENUE (FAIR PARK BOULEVARD TO MCCLURE ST.) EUGENE AVENUE (W. DEAD END TO E. DEAD END) BUTLER STREET (NEW YORK AVENUE TO COLE STREET) Michael J . Moncrief Mayor CITY PROJECT No. 00980 DOE No. 5923 TPW No. C295-541200-20940-0098083 Water No. P265-541200-60917-0098083 Sewer No. P275-541200-70917-0098083 AUGUST 2010 William A. Verkest, P .E . Dale A. Fisseler, P .E. City Manager Director, Transportation and Public Works Department 3 BROWN & GAY ENGINE F-1046 -/d-I I , M&CReview i Page 1 of 3 Officia l site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FO RT WO RTH ~ COUNCIL ACTION: Approved on 1/25/2011 -Ordinance No. 19535-01-2011 DATE:. CODE: 1/25/2011 REFERENCE NO.: C-24716 LOG NAME: 202007 CCP CD9 PT2 GRP B C TYPE: PUBLIC NON-CONSENT HEARING: NO SUBJECT: Authorize the Execution of a Contract in the Amount of $1,148 ,630.90 , with Conatser Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Biddison Street, Blodgett Avenue, Eugene Avenue and East Butler Street and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $584,355 .90 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $289,506.40 and Sewer Capital Projects Fund in the amount of $294,849.50; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund , in the amount of $289,506.40 and in the Sewer Capital Projects Fund in the amount of $294,849.50, from available funds; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP , in the amount of $1 ,148,630.90 , for pavement reconstruction and water and sanitary sewer main replacement for the streets listed below. DISCUSSION: On March 6 , 2007, (M&C G-15621) the City Council authorized the sale of $42,325,000.00 in Certificates of Obligation for the purpose of funding part of the Critical Capital Needs Program . That amount included funds for pavement reconstruction of neighborhood streets at various locations. On September 16, 2008, (M&C C-23051) the City Council authorized the City Manager to execute an engineering agreement with Brown and Gay Engineers , Inc., for the design of Biddison Street , Blodgett Avenue , Eugene Avenue and East Butler Street. Street improvements will include pavement reconstruction; construction of standard concrete curb and gutter; driveway approaches and reconstruction of sidewalks. The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. Construction Contract Part 2 (Group 98): Project No. 00980 Biddison Street (Evans Avenue to Echo Lake Drive South) Blodgett Avenue (Fair Park Boulevard to McClure Street) Eugene Avenue (West Dead End to East Dead End) East Butler Street (New York Avenue to Cole Street) This contract was advertised on August 19 , 2010 and August 26, 2010 in the Fort Worth Star- Telegram. On September 23, 2010 the following bids were received : http://apps .cfwnet.org/council__packet/mc_review.asp?ID=l4555&councildate=l /25 /2011 1/25 /2 011 M&CReview Page 2 of3 Bidders Base Bids Conatser Construction TX, LP $1,148,630.90 Mcclendon Construction $1,227,425.00 JLB Contracting, LP $1,261,426.44 Stabile & Winn, Inc. $1,336,531.05 RKM Utilities services, Inc. $1,349,940.50 The Fain Group $1,641,074.50 Ed A. Wilson, Inc. $1,667,687.00 Time of completion: 270 calendar days. Staff recommends that the base bid option submitted by Conatser Construction TX, LP, be selected , and that the contract be awarded to Conatser Construction TX, LP. The new pavement will consist of seven inch concrete, over eight inch lime stabilized sub grade with a seven inch curb. Steps and lead walks will be removed and reconstructed. In addition to the contract cost, funding in the amount of $52,100.00 is included for water and sanitary sewer construction survey, project management, material testing, field inspection and project close out (water $26 ,050.00 and sanitary sewer $26 ,050.00). The contingency funds to cover change orders totals $25,346 .00 (water $12 ,546.00 and sanitary sewer $12,800.00). In addition to the contract cost, funding in the amount of $68,090.00 is included for Transportation and Public Works associated costs for survey, project management, material testing, field inspection and project close out. The contingency fund to cover change orders for pavement reconstruction work total $25,000.00. Conatser Construction TX, LP ; is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation on this combined project. The City's M/WBE goal on this combined project is 19 percent. This project is located in COUNCIL DISTRICT 9, Mapsco 91A, 91 B, 91G, and 61 F/G. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations , and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets , as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the 2007 Critical Capital Projects Fund . TO Fund/Account/Centers 1&2) P253 476045 6091700980ZZ 2)P253 531350 609170098052 2)P253 531350 609170098080 2)P253 531350 609170098082 2)P253 541200 609170098083 2)P253 531350 609170098084 2)P253 531350 609170098085 2)P253 531350 609170098091 1&2) P258 476045 7091700980ZZ 2)P258 531350 709170098052 $289.506.40 $6.000.00 $450 .00 $300.00 $263.456.40 $3.000.00 $16.000 .00 $300.00 $294.849.50 $6.000 .00 FROM Fund/Account/Centers 1) PE45 538040 0609020 $289 .506.40 1)PE45 538040 0709020 $294.849.50 3) P253 541200 609170098083 $250.910.40 3) P258 541200 709170098083 $255 .999.50 3) C295 541200 209400098083 $641 .721 .00 http://apps.cfwnet.org/council_packet/mc_review.asp ?ID=l4555&councildate=l /25 /2011 1/25 /2 011 M&CReview 2)P258 531350 709170098080 2)P258 531350 709170098082 $450.00 $300 .00 2) P258 541200 709170098083 $268.799 .50 2) P258 531350 709170098084 $3 .000 .00 2) P258 531350 709170098085 $16.000.00 2) P258 531350 709170098091 $300 .00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20 2007CCP CD9 PT2 GRP B AO .doc 202007 CCP cog PT2 GRPB MAP .lllif Fernando Costa (6122) William Verkest (7801) Gopal Sahu (7949) http://apps.cfwnet.org/council_packet/mc_review .asp?ID=l4555&councildate=l /25 /2011 Page 3 of 3 1/25/2011 Aug. 2 7., 20 10 3: 40PM BROWtl & GAV No. 1485 P. 2 CITY OF FORT WORTH TBXAS ADDENDUM NO. l to the Plans, Spe¢lfications & ContractDocuments 2007 CRITICAL CAl'lTAL PROJECT (COUNCIL DIST:RlCl' 9) Partll-Group 9B BIDDISON STREET (BV ANS A VENUE TO ECHO LAKE DRIVE SOUTH) l3tODGBTTAVBNUE (FAIRP~ BOULEVARD 1'0 MCCLURE ST:) EUGENEAVBNUB (W: DEAD END TOE. DEAD END) BUTI..ER. STREET (NEW YORK A VENUE TO COLE STREB!') OOENO. 59f3, (;ITY PROJECTJ~~). 0098,Q 'f PW 1'lo, C295-541200-20940-0098083 WaterNo. P26S-541200-60917-0098083 SewerNo. P275-54 l200 -70917·0098083 Bid Da1e: September 23 1 2010, 1:30 PM Addendum No ti I9sue<l August 27, 2010 This Addendum fonns pad oftlie l>hms. Specifications and Contract Documents' for the above referenced Project and modifies the original Speoificatipns and Contract Documents. Bidder shall ac!lcnowledge receipt of this addendum in the space provided b,~low, in the proposal (Proposal ~ign~ture Page) and acknowledge receipt on tno outer envelope of your bid. Failure ta acknowledge, receipt of this addendum could aubjectthe bidder to disqualification.The Plana, Specitfoations and Contract Oocfoments arc hereby xevjsed by Addendum No. 1 as follows: A pre-bid conferenc&will be held on Tuesday, September1, 2010 at9:00 a,m., 1n tl1e Transportation Rnd'Publfc Works conference room #270. .A ~!gned copy of the Addendum should. ?e I!~pluded in the sealed bid Sf!Velope at the time of bid snbhiittal. Failure to acknowledge the receipt of this Addendum c-0uld cause tho subject bidder to be considered "NONRES:PONSlVB," :resulting in disqualification. ' , William A. Verkest, PB Addendw11 No. !,Pa~ l l SE~ 7~ 2010 1:44PM BR OWN & GA Y EN GINEERS NO. 40 21 P. 2/13 . CITY 011 FORT WORTH TEXAS ADD:ENDUMN0.2 to the, :P)a.ns;,$peoi.ficatlons & Contractl>ooumen18 2007 CIUTlCAL CAPITAL PROJECJ.' (CO'ONCU:,J)IS11UCf 9} Partll-Qroup .9B BlDDISON STRBE! (EVANS AVBNUll TO BCHO l.AKaDR.IVE ,SOl.JTH) BLODGEIT AVENUE (FAIR.PARK BOUl'...EV ARD TO MCCLURJ:! ST.) BUG~AVBNOE(W.013AD BNnTO E. DBAD,END) BU11,Bll STIUmT (NBWYORK4, VllNtlE TO COLB STRBEI') DOBNO~ 5923, ClT1 PROJECT NO~ 00980 '(PW:N'o.C29S·54l20~•20.940-0Q98b83' Water No. P1~5-S41200-609l7.0098083 Bewoi: No .. P275 .. S41200-709l7M005!8083 _ Bid Date:: September.23,lOlQ, 1:~0PM Acidendur.n.No:l! Usu~ Septem1Jel"20,2010 This ,Addendlun forms. part of the PlBI1$, · $peciticatlons aud Contract.Do.oument$ for the ,abovereferenced J!toJect and modilxes the origl.nal Speoffitations· and ·eontrant Doci,nne~i:$'. ijidder shall aoknowl~ receipt of this lddendum. fn the, spaco provided be1Qw, in tlie pxoposal (Proposal Signature Pagel and acknowledge receipt on the outot e.nvelope of your b1d:. Failure to acknowledge J'C!Ceii)tof this, addendum CQuld subject the biddedo dmqualifioatfon. Th~ Plans, Speei.tications,l!Ild .C.ontract Documents IUl hore~revised by Addendum N~ 2 as follows: ~PECWICAT!ONS &; CON'tRACT DOCUMENTS' 1. SBCUQN 4 ... BID PACKAGE: SectioD. 4.2 .-,. Jlid ;t'toposal, Replace bid proposal sheets 2-9 of thel3id ,Proposal with ~ched sheets revised 09/20/2010 • . , ... ' . Section 4.2-Bid ~oposal .. Af.1 exeel sprea<bheet Is provided on the City's website~ B~aw; $ection:l o_ .. Addenda. to t,t, useci at the bidder1 f .disoretfon. 'The Bxoclspreaibhett fon:n of the Bid Propo.sal Will be aeeepled . as an otlioial bid. Any 4isQtep8Ilcio between th~ )3xeel spreadsheet prepared bytb,e, CONTRACTOlt and the one in the, Co'ntract t;ioouments will be replacedbythe. descriptioDS; quant{ties and pre-bid amounts shown in Seetlon .l O -Addenda. CLAIUF1CATION Section 4.2-Bid Proposal; Unit'Seotion! Unitl-Wat~Une L:nprovements pi>MS Record Number. . BID-00442t .Pavement-2 Inch HMAC on 6 Inch Flex Baso-Tempom:y ... Ii1staU replaced with BID -01302. Pavement-2 Inell HMAC on 6 Jnch Flex Bas~temporary-InstaU. AddendumNo.2;Page 1 SEP. 20. 2010 1:45 PM BROWN' & GAY ENGINEERS NO. 4021 P. J/13 1 This chan,go clilpges th,rnrut of r 4mm Square foot toLmear Foot. The quantity for tbts item 4,220. · in ear Feet. CLARIFICAtlON Se¢tlon:4.2-Bid l'ropos~ Unit/Section: Uµii I-W~r Line lmpn>'Veiilents CPMS~ord.N~ber: BID-00443, Po.;veiuent-l Inell Min BMAC on m.1 ConoretoBase: .... Jns1all '.Qihi chane;r, changes the µnit ofmeamm from. LmearFootto SqJ,Jarn Foot /. tbfs Item has-been .CHANGED in the Proposal, CllQitge tbc~uantitytp 285 S,pwe:P~ CLARIPICATION' Section, 4;;2-Bid Proposal, 'Unit/S~on: UnitJI-S~ S~hnFOyem_ents , OP.MS RecoicJNumber: BID-00442,, Pavemen1:.2 fnch, HMAC'on. {InchF1~J3.aso-Tc;mpoa,uy. ... Instalfreplaced with l3ID-01~0Z, l"aveni~».t-Zlnoh BMAC o~ 6 lncb FlexBast-Tempo:mzy, ... JnstaU Thi$ cliange ohanges:the unitofe·ftpm Square;FaoUo Llnem;Fgot: 'Ilu,-quantityfot thls:item 3',275 · lilear ,Feet. ~CA110N' Section ,U -Bid Proposal, Unit/Sectr<in: Uilit Il-Sanitaty Sower Improvements: CPMS Record Nll1Dbet: BID-00443~.PitvCJilellt:.i Inch ~:HMAC on 2127 Concrete :Basc-~t 1lii1 chartgq olian:~ tlutwiit ofm~Jl§ure from Linear Foot to Sguate Foot. /. This ft.cm hes been CHANGED in tlle''Ptt1posat. Cban~1lie qµantity,to. l~O$qoarcFeef. etAruFicAno~ . Sectionr4-.Z-Bid Proposlll; Ub.if/Sec:t.Ion: Unit m,...;Paving'e:ud D.rainilg_Q Jmprovcmenta .-BASl3 Bjd,. Cl>MSJtecont Number;, BID-00447., Pllvemen~2 lnch..Sur.ta.ce Co\11'So-Type D Mix-Install ThJs !~nrhasJ~ CHANO,W in the:Propos.al, Chani~ thotmit ofni~ ftpm S<piaro. F~otto Square:Yard , · CMR.1FICATION S~Qn 4.i-Bi<i Proposal,. Unft/Seotion: Unit ID-Pavinsand ~agolmprQvemen~ - ALTHRNATB . .. C.PMS Record Nw:nb.et: ' :BID-00411·, ~gWall,.. Insfe.lt / Thislt.em ha$,been CHANGED fu th'e: Proposal. Chan~ thecwantity ·to 300 Cub~. Yanis •. CLARIFICATION' Section 4:2 ·-Bia Proposal, Unit/Socno11: Unit m --Paving and Dramage;i'iilpl'Qvem~,~ ~TERNAm . . CPMS Iteoord Number. Addendum No; 2. Pago 2 J ·, i ,I I l 'I SEP. 20, 20 l O ! : 45PM BROWJ & GAY ENGINEERS Ito. 4021 P. 4/13 Bn:l-OOJ30, Walk-4 Ft, .... Jnstsll -This Item has been CHANGBbin the Proposal. Change the quantltY to 13,09~ua.re F~t. CLARlFICATION Sectlon 4.2-Bid Proposal, Umt/S~on: Unit m-PavJng'and D.ramaae Jmprovements-ALTBRNATE The-scope for the Altemate,f s to eonstru9t Proposed Sidewalk: alongBiddison $t., ;Butler ~t and BlodgetAVe; (STA l6+2tlto STA ;23+42). 2 •. SECTION S .• 9-STANDARD DETAILS ,<\ddition,of detail for CONCRET.ERBTAlNlNO WAlJ..wmI smSWALit A signed ~Y ofthcAddfAdum should~ ii\clucled.In bseaiedblden~fopc atJh~timi, ofJ.1i<l submittal. Fall~ to aoknQwledge ~e-receiptofthl~ Addendum could cau~,thc subject biddorto, be: con$lde1d'4Nmm.ESPONSIVB}' resulting' Jn disqu4!1.ifi~on. BOOB··./ .. ~. ·.A .. t: .•. · ... ~.~ By;~ . ,. . , -p Company:CmQ.tsef ~'#il1,cl:fr>dIX1lf Address: fo. &1S l@:IYS'. ~ U) Citr.lQ'r'bQ./W:::t State:"TX \Vill{am A.Verkest, PB D.iredor; Transporlmlon &:'Publlo \Votksl)epartm:enf -~g~ A.rt l3yc GopalSahu,PB 7·u title;-l'rojeli:t Manag~ Adden:dlltn ~o~ 2, P~e 3 CITY OF FORT WORTH TEXAS ADD~:NDUlvl NO. 3 tothe Plans, Specifications & Contract Doci:Jmeilts. 200'7 CRITICAL C.APfl'.AL PRQJECT (COQNCJL DISTIUCT 9) Part Il-Group 9B BIDDISON STREET (EV ANS AVENUE TO ECHO LAKE DRIVE SOUTH) BLODGETTAVENDE(FAIR PARK BOULEVARD TO MCCLURE ST.) EUGENE AVENUE (W, DEAD END TO B; DEAD END): BUTLER STREE'f (NEW YORK A VENUE. T() COLE STREET) DOE NO. 5923, ClTYPROJECT N<t Q0980 TPW No. C295-54 l 200-20940-0098083 Water No, P26S~54l200~609t7~00~8083 :Sewer No. P275-54U00.;7Q9. l 7-0Q98083 Bid Date: St1pteinbe1· 23, 2010, 1:30 PM Addendum No 3.: IS8ued SeptemberZ0,.2010 Thi$ Addenduni forms part of the Plans, 8pecifications. and ConttactDocutnents for the above referenced Project and 1.nodifies the original Speciftcatitms and Contraet-Docbments. Bidder shalfacknowledge recei:t>t of this addendum in the space provided belciW;, In thi•(proposal (Proposal Signature Page) ancf acknQWl~dge receipt on the outer envelope of your bid. Failure to acknowledge. receipt ofrthis addendum could stibj(,)9f the bidder to disqualification. The Plans, Specit'icatiobs and 'Contract Documents are hereby revis~d by Addendum No. J ~s, foilows: SJ>ECIFICATIONS & CONTRACT DOCUMEN:J'S 1. SECTION 4 c-· HID PACKAGE: Section 4.2 -Bid Propogal Replace bid proposal sheets 4-9 of the Bid· Proposal witlt attcR~he9 sheets revised 09/2Q/20·10: An excel spreadshe,et is provided on . the Cify's website, ..13~zzsaw, Sey{iotl.10 -Addendih to be· used at die bidder's discretion. t he '.Excei spreadsheet fomt of the Bid Proposal will be accepted as an qfficial bi~. Aqy dis·crepancies between tlie l~xce,1 spreadsheetptepared by,th.e CONTRACTOR and the one 'in the Co1ih:act document,s will be replaced by the.descriptions, " quantities and pre-bid auiou.nts shown in Settion l 0 -Ad'dettda. CLARIFTCA'110N Titles of Proposal Sections Corrected. CLARIFICATION Section 4.2 ~ B1d Proposal, Unit/Section: Unit Ill-Paving and Drainage Improvements .... BASE Bid Addendurn No. 3, Page I CPMS, Record Number: BID--0~849,Ma~llole.-Adjustment .""_ Servi~et Change Your B1d amount to $4,200.00. J Section 4.2 -Bid Proposal,. Onit/Sectiom Unit m -Paving and DraioageJmpro:vements -BASH Bid CPMS Record Nuuiber~ BID-00504, Sign-Project Designation -Install Cll'ange Your Bid-amount tO $800.00. / Sectfon4.2 -Bid Proposal, Unit/Section: Unit llf '-Paving and Drainag.e fmprove!n¢nt_s , _, BASE- Bid CPMS Re(;oid Nu111bet: BlD-00847 ~ Valve Bcix-Adjusttn.ent-Services Cban8e Y o~'t Bid amouilt-to·$6,000.00, J Section 4.2-Bid Proposal, Unit/Section: Unit lll "7 Paving and: Drai,nage,Jmprove1nents ~ BASE Bid J CPMS Record'Number: BID".008'1-8;, Meter Box-Adjustme~t"' ~ervfoes Change Your Bid amount to $:3;535. -J , 2. CONSTRUCTION PLANS Revi_sion to Plan $1tet;,t ~~ -$idewalk R~mp,DetaUs - A signed copyoftlieAddendunt sbotM be:i:rtclud€id fu the sealed bid envelope ,aHhe time of bid .s1lbrnittal, Faf14re.t<> acknowledge tlte, reQ,eiptofthis Addendum could cans~ tlie ~ribject bidder to he consi(let~d '1'fONRESPONS_lVE," resulting: in.disqu,af iffcal101i. RECElfTAC By/ William A. Verkest1 PE' Direcfor,'Transport~tion & J:lublrc: Works , Department Company: C.1na-A$q?C Cb,wu iihrnE J.._{J : .,4: J ,Y"'/'~ .L.-A-AAwil!-· UfA../f'Awrrr:-: Address: ~O £?o 6 IWY &" City: [l')(l\1J7JH-1a State!jj( Addendum No.· 3, Page 2 519 l_L__.L....L.l.--'--':-LA--:-cMON"TST g j g ; ~ g ~ ~ lw ,r:, ::.1 "'I o: M co '" :~L--~--,-,.. ~ §5 ::,) ;;;: ~ g ,n (.1) m J ~ di ;~ Lf_~ '---'--'--'---' -~~~~~~R~IPYST g--~~~-----, E. Bulter St. from New York Ave. to Cole St. (1000-1099 blk.) i J: 1- ::J 0 (/) 3345 :;:,, ..., ,n "' ..... i O § ~ ~ ~ m ~ g MAPS CO PAG E NO . 77B BROWN &GAY Etm1 :,11:eRs me . -,o 0 O ~ :Y ()) l'-5 ·~ ~ N BUTLERS~T--~~--1 Brow n & Gay Enginee rs, In c. 108 West 8th Street, Su~e 200 , Hou sto n, TX 76102 Tel : 81 7-887-6130 Fax: 817-887-6135 -Civil engineers and surve),1)rs - 2007 CRITICAL CAPITAL PROJ EC T COUN C IL DISTRICT 9 -GROUP 9B SCALE , PROJECT LOCATION MAP ATTACHMENT E -1 of 2 0 .0 .E.#: DATE : EXHIBIT : N .T .S . 59 25 SEPT 2008 2a MAPSCO PAGE NO . 77F & 77G BROWN &GAY Brown & Gay Engineers, Inc . 108 West 8th Street, Suite 200 , Houston, TX 76 102 Tel : 817-887·6130 Fax : 817-887-6135 . Civil engineers an d surveyors - SCALE : 2007 CRITICAL CAPITAL PROJ ECT COUNCIL DISTRICT 9 -GRO UP 98 PROJECT LOCATION MAP ATTACHMENT E -2 of 2 0 .0 .E.#: DATE : EXHIBIT : N .T.S . 5925 SEPT 2008 2b - - - SECTION 2 -FRONT END DOCUMENTS 2.1 Table of Contents 2.2 Notice to Bidders 2.3 Comprehensive Notice to Bidders 2.4 Special Instructions to Bidders (Water-Sewer 9-10-04) 2.5 Special Instructions to Bidders (Paving-Drainage 3-13-09) TABLE OF CONTENTS 01 -Project Information [gJ 1.1 -Title Page MS-Word [gJ 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word [gJ 2.2 -Notice to Bidders MS-Word [gJ 2.3 -Comprehensive Notice MS-Word to Bidders [gJ 2.4 -Special Instructions to pdf Bidders (water-sewer) [gJ 2.5 -Special Instruction to pdf Bidders (paving-drainage) 0 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation [gJ 3.1 -MWBE Special pdf Instructions [gJ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form [gJ 3.3 -MWBE Prime Contractor pdf Waiver [gJ 3.4 -MWBE Good Faith Effort pdf [gJ 3.5 -MWBE Joint Venture pdf [gJ 04 -Bid Package [gJ 4.1 -Bid Proposal Workbook MS-Excel [gJ 4.3 -Bid Schedule MS-Excel [gJ 4.4 -List of Fittings MS-Excel [gJ 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions [gJ 5.1 -Part C General pdf Conditions (water -sewer) [gJ 5.2 -Supplementary pdf Conditions to Part C (water - sewer) [gJ 5.3 -Part D -Special MS-Word Conditions (water -sewer) [gJ 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) [gJ 5.5 -Part E Specifications pdf [gJ 5.6 -Special Provisions (paving -drainage) [gJ 5. 7 -Wage Rates pdf [gJ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates [gJ 5.9 -Standard Details (water-dwf sewer) 0 5.10 -Standard Details dwf (paving-drainage) City of Fort Worth , Texas Table of Contents PMO Release Date: 06.10.2010 Page I of 2 TABLE OF CONTENTS 06 -Technical Specifications ! 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda City of Fort Worth, Texas Table of Contents PMO Release Date: 06 .10.2010 Page2of2 D Technical Specs Index l2J 7.1 -Certificate of Insurance l2J 7.2-Contractor Compliance With Workers' Compensation Law l2J 7.3 -Conflict of Interest Questionnaire l2J 7 .4 -Performance Bond l2J 7 .5 -Payment Bond l2J 7 .6 -Maintenance Bond l2J 7.7 -City of Fort Worth Contract l2J l2J Easements Index l2J Permits Index l2J Reports Index l2J l2J Addenda Index MS-Word pdf pdf pdf pdf pdf pdf NOTICE TO BIDDERS Sealed proposals for the following: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) PART II -GROUP 98 UNIT I: Water Project No. P265-541200-60917-0098083 UNIT I: Sewer Project No. P275-541200-70917-0098083 UNIT II: T/PW Project No. C295-541200-20940-0098083 City Project No. 00980 DOE No. 5923 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, September 23, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer Brown & Gay Engineers, Inc. -108 W. 8th Street, Suite 200, Fort Worth, TX 76102, at a cost of $100 per set (non-refundable). The major work will consist of the (approximate) following: Unit I -Water Improvements 1,550 L.F. 12" PVC Water Line 1,590 L.F. 8" PVC Water Line Unit I -Sewer Improvements 3,130 L.F. 8" PVC Sewer Line 16 EA Manholes Unit II -Paving Improvements 10,465 S.Y. 7" Concrete Pavement 140 L.F. 24" Class Ill RCP Storm Drain Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Rev 2-2-10_ TPW NB-1 NOTICE TO BIDDERS The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening . A general contractor, who is not pre- qualified by the Water Department, must employ the services of a subcontractor who is pre- qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". For additional information , please contact Carl J . Krogness, PE , Engineer, with Brown & Gay Engineers, Inc. at Te lephone Number: 817-887-6138 or by email: ckrogness@browngay.com , and/or Gopal Sahu , PE , Project Manager, TPW Department at 817-392-7949 or by email : Gopal.Sahu@fortworthgov.org . -< ~ ,r-orkJ. J:J j. q 'o() "ii...._ , u. ~~£}.( -, , A pre-bid conference will be held on Mentfay, September i, 2010 at J.01>0 a.m ., in the Transportation and Public Works conference room #270 . Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates : August 19 , 2010 August26,2010 Rev 2-2-10_TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) Part II -Group 98 UNIT I: Water Project No. P265-541200-60917-0098083 UNIT I: Sewer Project No. P275-541200-70917-0098083 UNIT II: T/PW Project No. C295-541200-20940-0098083 City Project No. 00980 DOE 5923 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, September 23, 2010 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers . Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded , viewed, and printed by interested contractors and/or suppliers. Hard copies of plans, contract documents and specifications for this project are available at the office of Brown & Gay Engineers, Inc., the design engineer, located at 108 W. 8th Street, Suite 200, Fort Worth, TX 76102, ata cost of $100.00 per set (non -refundable). The major work will consist of the (approximate) following: Unit I -Water Improvements 1,550 L.F. 12" PVC Water Pipe 1,590 L.F. 8" PVC Water Pipe Unit I -Sewer Improvements 3,130 L.F. 8" PVC Sewer Pipe 16 EA Manholes Unit II -Paving Improvements 10,465 S.Y. 7" Concrete Pavement 140 L.F. 24" Class Ill RCP Storm Drain Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of Rev 212110 TPW CNB -1 COMPREHENSIVE NOTICE TO BIDDERS contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p .m ., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified. The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". 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 Unit I and Unit II. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Carl J. Krogness, PE, Engineer, Brown & Gay Engineers, Inc. at 817-887-6138 or by email: ckrogness@browngay.com and/or Gopal Sahu, Project Manager TPW Department at 817-392-7949. A pre-bid conference will be held on Monday, September 6, 2010 at 10:00 a.m., in the Transportation and Public Works conference room #270. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. DALE A. FISSELER , P .E. CITY MANAGER Rev 212110_ TPW ~y~< 1d '.P Gopal Sahu, P.E Transportation & Public Works Department CNB-2 MARTY HENDRIX CITY SECRETARY Advertising Dates : August 19, 2010 August 26, 2010 Rev 212110_ TPW COMPREHENSIVE NOTICE TO BIDDERS CNB-3 SPECIAL INSTRUCTIONS TO BIDDERS l) 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 (l) year old . In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the 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 for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification . 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (I) 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: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 .7 . 09/10/04 1 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' a ll eged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AlVER FORM and/or the GOOD F AlTH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements . Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years . 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period . 09/10/04 3 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (l) hold a certificate of authority from the 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 United 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. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code . In order for a surety to be acceptable to the City, the surety must (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 United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents . Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 9 . ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e . Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. h . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights ofrecovery in favor of the City. 1. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein . m . Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located . Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the ):>id receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A . Workers Compensation Insurance Coverage a . Definitions: Rev 3-13-09 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84 ), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: ( 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the proj ect ; and J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case ofa self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers ' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-2 l through 13A-29), prohibiting discrimination in employment practices. . 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees , will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis ofa bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless again st any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 SECTION 3 -MWBE DOCUMENTATION 3 .1 MWBE Special Instructions 3.2 MWBE Subcontractors/Suppliers Utilization Form 3.3 MWBE Prime Contractor Waiver Form 3.4 MWBE Good Faith Effort Form 3.5 MWBE Joint Venture Eligibility Form FORT WORTH ~ City of Fort Worth J ';!- ATIACHMENT1A Page 1 of4 Subcontractors/Suppliers Utilization Form_, ,., • J PRIME COMPANY NAME: Gno.+ y' +ton Tx ,_to PROJECT NAME: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) PART II -GROUP 98 City's M/WBE Project Goal: 19% Prime's M/WBE Pro.J!!ct Utilization: S<_D · 1'1 °I 1) ~ -ICl.U:, oi i .sl&> % ~e,ic\ Check applicable block to describe prime M/W/DBE X NON -M/W/DBE BID DATE ~ew..~y-~ ~ .}..OJ 0 l PROJECT NUMBER 00980 -DOE 5923 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation , and rece ived 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 fi rm(s) listed in this utilization schedule, · conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson , Collin, Dallas , Denton , Ellis, Kaufman and Rockwall counties .. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1 s t tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned b the M/WBE as outlined in the lease a reement. Rev. 5/30/03 FORT WORTH ~ ATIACHMENT 1A Page 2 of4 Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i .e ., Minority, Women and non-M/WBEs. Please list M/WBE finns first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name I N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A "lf"uc$.i~ '$C,5/IOO. oo ROB ERT GRANA DOS TRUC KI NG Ha.lAI a 54 12 Kingslink Circle I / '5u f"~)us Fort Worth, Texas 76135 (817) 237-3520 C,,o l'1:, r -e -I e... <:fl l/8 7DO. o o COWTOWN REDI-MIX 'Kedi Mi,< , PO Box 162327 Fort Worth , Texas 76 16 1 I V 1./' v (817) 759-1919 f (8 I 7)759-1716 Roadrunner Traffic Supply, Inc . -, y"()I ++: t C, ~ ;),ooo,00 3200 Marquita Drive CoY14-v-?> I Fort Worth , Texas 76116 I v ., v' "Suf>f>\ i es phone: 817-244-0305 fax : 8 17-244-48 19 -Hid YD M_\,\\C,,h oo Texas Environmental Management 5e,z,di~- q. 1,500 . San Antonio, Inc . Sxld1 P.O . Box 369 I v Justin, TX 76247 Phone:940648-3640 Shaunna ,v '$ 3, foW oo VI J PI PELINE INSPECTIO N, INC. :C"1Speci iD-v, '0 Box 851 I ,/ cl-L, ""~ ::;ranb ury, TX 76048-085 1 vl elody Bendewald (817) 946-1126 HD SU PP LY WATERWORKS, Ltd V 'Pip Q ,l\> t., $ /49, ocii. 00 PO Bo x 840700 I v' -9-·, tf, 0 t; ~ Dallas, Texas 75284 \Jo..\ ~ (8 17) 595 -0580 Rev. 5/30/03 fORTWORTH -.....,.,- ATTACHMENT 1A Page 3 of4 Primes are required to identify ALL subcontractors/supplie~s . regardless of status ; i .e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Co~pany Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D VI Telephone/Fax r B B R 0 B E E C T E A Rev. 5/30/03 FORT WORTH ~ > Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 ~ 5 1 ;)..CO· o D TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 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 actual work . performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in ·City work for a period of time not less than one (1) year. · ~~ de.v:r ~ Cona.+ser Printed Si f rQs; cl e o t- Title ~ontact NamefTitle (if different) -f1-I D n. L \="'a 'I- SIJ ~34 -/? L.f 3 ~IJ-634 -455 (p Company Name Telephone and/or Fax I J;*~ (Ci <a. C1>YJCt±S:e C UJyY) Address -i=D<:t. Wo 1th IX City/State/Zip l ddr s Rev. 5/30/03 FORT WORTH ,__ . .-'" . City of Fort Worth Prime Contractor Waiver Form ATTACHMENT1B Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe PROJECT NAME: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) Part II -Group 98 City's M/WBE Project Goal: 19% PROJECT NUMBER 00980 -DOE 5923 BID DATE If both answers to this form are YES, do not complete ATTACHMENT 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 ATTACHMENT 1C . This form is only applicable if both answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five {5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this pro·ect, this is our normal business practice and provide an operational rofile of our business . Will you perform this entire contract without suppliers? 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. YES NO YES 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 offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 FORT WORTH ---.•. ~ . PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Good Faith Effort Form 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) PART II -Group 98 City's M/WBE Project Goal : 19% PROJECT NUMBER 00980 -DOE 5923 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe M/W/DBE NON-M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunitie~ or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliarice with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately prep.aring and submitting the documentation requi,red 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 discrimirfation by the bidder. Failure. to complete · this form , in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. {DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities · List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page 2 of3 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. _Lves __ No Date of Listing D ~ 1_.d!t_J-1.D_ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or suppUer areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ___L"ves (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter malled.) __ 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? __0 es . (If yes, attach list to include~ of M/WBE firm,~ contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of pl,ns and specifications in order to assist the M/WBEs? _..£..'(es · __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessarv. and attach.) Company Name Teleohone Contact Person Scooe o.f Work Reason for Rejection \:, , 0 0 n-H-r1 c l.2_1 ~ ~,Oit-~ ADDITIONAL INFORMATION: Rev. 05130/03 ATTACHMENT 1C Page 3 of3 I • ~ ) Please provide additional information you feel will further expJaio your good and honest efforts to obtain M/WBE participation on this project. , . ., - ' ' The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to aUow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City .. . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted .in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M E Office. Printed Signature Title -"'ef l ·N -( Coro:+s~ rfk4:~v <t--\-; 0vi --rx, Lf° Contact Name and Title (if different) (i11J53l[-{1£J ~ Company Name eo R::oJ< ,swlf i ((Nt WwtV) ---' Address J X l l.() ( \ q Phone Number Fax Number ~e(<'f ~ CDY1et±s~r .C-Om Email Address Rev. 05130/03 City/State/Zip Date ATTACHMENT 1 C Page4 of3 Rev. 05130/03 - SECTION 4 -BID PACKAGE 4.1 Bid Proposal Workbook 4.3 Bid Schedule 4.4 List of Fittings 4.5 Pre-Qualified Subcontractor List TO: FOR: The Purchasing Department City of Fort Worth , Texas PROPOSAL 2007 Critical Capital Project (Council District 9) Part II -Group 9B Fort Worth, Texas 9/23/2010 BIDDISON STREET (EVANS AVENUE TO ECHO LAKE DRIVE SOUTH) BLODGETT AVENUE (FAIR PARK BOULEVARD TO MCCLURE ST .) EUGENE AVENUE (W. DEAD END TOE. DEAD END) BUTLER STREET (NEW YORK AVENUE TO COLE STREET) City Project No .: UNITS/SECTIONS: CITY PROJECT No . 00980 DOE No . 5923 UNIT I: Water Project No. P265-541200-60917-0098083 UNIT II : Sewer Project No. P275-541200-70917-0098083 UNIT Ill : T/PW Project No . C295-541200-20940-0098083 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 and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation ; however, they are given for the purpose of bidding on and awarding the contract. Special Note : All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. 1 of 12 City of Fort Worth Project Manager. Gopal Sahu Project 00980 -2007 Critical Capital Project (Council District 9) -Group B Unit/Section: Unit I -Water Line Improvements · W at er Project No. P265-541200-60917-0098083 Date City Proj ect # 00980 Your Vendor Number Your Company Name Bid Items Sub Group CPMS Record Number Material Description Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary- Street-Paving BID-01302 Asphalt Install Street-Paving BID-00443 Asphalt Pavement-2 Inch Min HMAC on 2/27 Concrete Base -Install Street-Paving BID-00493 Rock Subgrade-Crushed limestone For Misc. Placement -Install Water-Distribution BID-00546 Iron Fire Hydrant -Install Water-Distribution BID-00547 ServiceCS Fire Hydrant -Remove Water-Distnbution BID-00548 Iron Fire Hydrant-Barrel & Stem Extension -Install Water-Distribution BID-00549 ServiceCS Meter Box -Relocate Water-Distnbution BID--00550 Polyethylene Meter Box-Class A -Install Water-Distribution BI D--0055 1 Iron Meter Box-Class A -Install Water-Distribution BID--00555 Polyethylene Meter Box-Class C -Install Revised 09/20/2010 2 of 12 Unit of Measure Linear Foot linear Foot Square Foot Cubic Yard Each Each Vertical Foot Each Each Each Each -·--· ------------------------------------------ Your Unit Quantity Price Your Bid 1,544 ./0 / St \{O 4 ,220 (,. 00 ;2..5,. 320. 0 0 285 ~-o o 2 ::i. ~o. oo 10 /. 0 0 10 _o o 9 2 3()0 .0 0 2 D. 7 oo. 0 0 4 Joa o o '-too . oo 16 I oo . 00 I. foOD . o 0 3 2 on. oo ,oo . oo 56 Joo.oo ~ <P OO. oo 9 n-.. co l l 2 S. t>o 13 J so. o o 1 rso. 00 Addendum No . 3 Water-Distribution BID-00568 Iron Pipe Fittings-< Than 16 Inch DI Pipe-Install Ton 2 .7 3 .Don . 0 0 }? Joo. 0 0 Water-Distri bution BID-00591 PVC Pip e-Pressu re-1 2 Inch -Install . Li nea r Foot 1,544 3 ~_00 C:.? l.(~G,. oo Water-Distribution BID-0 06 16 PVC Pipe-Pressure-6 Inch -Install Linear Foot 86 1 ~_00 7 Dfo~.0 0 W ate r-Distribution BID-00618 PVC Pipe-Pressure-8 lnch -Install Linear Foo t 1,585 ::z.5_00 3 't ~7 s.00 Water-Distribution B!D-00 717 !ran Valve-12 Inch-Gate Valve w/Box -Install Each 7 J lfo o.0 0 q 8 00 . 0 0 W ater-Dist rib ution BID-00745 Iron Valve-6 Inch-Gate Valve w/Box -Install Each 8 7 50 . 00 fs, DDO. 00 Water-Dist ribu ti on BID-00749 Iron Valve-8 Inch-Gate Valve w/Box -Insta ll Each 6 C, oo . 00 C", '-10 0. 00 W ater-Distribution BID-00751 ServiceCS Valve-Gate -Remove Each 9 Joo .oo 10 0 . oo Water-Distri bution BID-00758 Copper Water Service-1 Inch -Install Linear Foot 1,756 Jlr,. 0 0 '(S /,,C:,(,,_oo Water-Distribution BID-00759 Copper WaterService-1 Inch-Relocate Each 3 2 00.00 (o oD. o o Water-Distnbution BID-00762 Assemblv Water Service-1 Inch-Tap to Main -Install Each 78 I !?S. oo !'1 '130.o o , Water-Distribution BID-00768 Steel Water Service-2 lnch-Temporarv-Install Lump Sum 1 (p 000.00 fn Don. 00 Water-Distribution BID-00837 Concrete Concrete-Tvoe B -Install Cubic Yard 10 5_00 so_oo Water-Distribution BID-00839 Concrete Concrete-Type E-Install Cubic Yard 10 5_00 so. oo No Options in this bid. Total Bid This Unit )50 ,110. '-IO Revis ed 09/20/2010 3 of 12 Addendum No. 3 City of Fort Worth Projectlllanagcr: Gopal Sahu P r oject 00980 -2007 Critical Capital Project (Council District 9) -Group B Unit/Section: U nit II -Sanitary Sewer Improvements Sewer Project No. P275-541200-70917-0098083 Date City Project# 00980 Your Ven dor Number Your Company Name Bid Items CPMS Record Unit of Yo u r U nit Sub Group Number Material Description Measure Quantity Price You r B id Lan d-Grass BID-00137 Vegetation Grass-Sod -Install Square Yard 580 v.o o J. 310.00 Sewer-Collection BID-00196 Concrete Collar-Manhole -Install Each 16 ~ DO .oo 'iRoo.0 0 Sewer-Collection BID-00201 ServiceCS lnsoection-Post Construction Cleanina & TV -Studv Li near Foot 3210 J_;i..s lf f)J)_s o Sewer-Collection BID-00202 ServiceCS lnspection-Preconstruction Cleanina & TV -Studv Linear Foot 3166 2. 00 C., 33 2. oo Sewer-Collection BID-00206 ServiceCS Manho le -Remove Each 10 2 00.00 2 ooo. 0 0 Sewer-Collection B!D-00207 Concrete Manhole-Drop-St d 4 Ft Diam-{to 6 Ft depth ) -Install Each 1 l soo .00 2 c::.oo ."0 Manhole-Drop-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) - /CJ). oo !oOO . 00 Sewer-Collection BID-00208 Concrete Insta ll Vertical Foot 4 Sewer-Collection BID-00211 ServiceCS Manhole-Paint & CoatinQ-lnterior Protective Coatina -Install Vertical Foot 42 I 75. oo 7. 3.SO. 00 Sewer-Collection BID-00213 Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install Each 15 7 ~()0. oo 3 'f soo. 00 , Sewer-Collection BID-00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install Vertical Foot 25 I J..O . oo 3,000. "0 Sewer-Collection BID-00217 ServiceCS Manhole-Vacuum Test -Services Each 17 sn.oo &sa oo Revised 09/20/201 0 4of 12 Add end um No. 03 Bid Items CPMS Record Unit of Your Unit Sub Group Number Material Description Measure Quantity Price Your Bid Sew er-Coll e cti on B ID-00218 Other M a nhole-Watertight Insert -Install E ach 17 s o.oo 8 50. 00 S ewer-Colle ction BID-00332 PVC Pipe-Sewe r-8 In c h (All Depths) -Install (Ductile Iro n) Lin e ar Foot 80 lf s. oo J (pOO. oo Sewer-Collection B ID-0035 1 PVC Pipe-Sewer-8 lnch-SDR35 (All Depths) -Install Linear Foot 3130 2.to .S D 6'2, 9 'f 5. oc Sew e r-Collection BID-00354 PVC Sewer Service-4 Inch -Install Line ar Foot 1738 15_00 Y3, '-I SO. 0 0 Sewer-Co ll ecti on BID-00355 Other Sewer Service-4 Inch Service Tap -Install E ach 69 :2.50 .o o /7 250.0 0 Sewer-Collection BID-0035 6 PVC Sewer Service-4 lnch-2 Way Clean Out -Install Each 69 J 5 0. oo /0,3S0.0 0 Sewer-Service-Cut & Plug Existing All Sizes All Depths -<too .• o Sewer-Collection BID-00367 ServiceCS Abandon Each 3 3 00. 00 Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install Linear Foot 3210 2 . oo ~ ~ 20.0 0 Pavement-2 Inch HMAC on 6 Inch Flex Base-T emporary -(o .oo /1 (pS0.0 0 Street-Paving BID-01302 Asphalt Install Linea r Foot 3275 Street-Paving BID-00443 Asphalt Pavement-2 Inch Min HMAC o n 2127 Concrete Base -Install S quare Foot 120 '6. 0 0 9{p(J. oO Street-Pavinq BI D-00493 Rock Subgrade-Crushed Limestone For Misc. Placement -Install Cubic Yard 10 J.00 /0. 00 Street-Paving BID-00844 Concrete Curb-Curb & Gutter a s directed by Inspector -Re place Linear Foot 20 20.00 4 oo .00 Water-Distribution BID-00542 S e rviceCS Deho le-Exploratory Excavation -Studv Each 3 21JO . o o 900.00 Water-Distribution BID-00839 C oncrete C o ncrete-Type E -Install Cubic Yard 10 5. oo so.oo No O pti ons in this bid. Total Bid This Un it 2:,_5 5 /J9'f.S0 Revised 09/20/2010 5 of 12 Addendum No. 0 3 ---------------··-· ----------- City of Fort Worth Project Manager. Gopal Sahu Project 00980 -2007 Critical Capital Project (Council District 9) -Group B Unit/S ection: Date City Proj ect# Your Vendor Number Your Company Name Bid Items Sub Group Art-Sign Drainaae-Maior Drainage-Major DrainaQe-Maior DrainaQe-Major Drainage-Major Land-Fence Land-Fence Land-Soil Park-Sit e Sewer-Collection Revised 09/20/2010 Unit Ill -Paving and Drainage Improvements -BASE Bid T/PW Project No. C295-541200-20940-0098083 00980 CPMS Record Number Material Description B[D-00003 ServiceCS Sign-Address on Curb -Install BID-00069 Concrete Headwall -Install BID-00082 Concrete Pipe-24 Inch-CL Ill -Install BID--00097 Concrete RipRap-6 Inch -lnstan 810-00098 Masonry RipRap-Grouted-< Than 18 Inch Rock-Install ::.torm water Pollution Preventron Plan > 1 nan 1 Ac .:,vvr-r-.- BID-00100 ServiceCS -Install BID-00127 ServiceCS Fence -Remove 810-00128 Steel Fence-Chain Link -Install BID-00147 Soil Topsoil -Install (6 Inches) BID-00181 ServiceCS Traffic Control -Install BI0-00196 Concrete CoHar-Manhole -Install 6 of 12 Unit of Your Unit Measure Quantity Price Your Bid Each 174 ::2.0 _00 3, ~?o. oo Each 2 /,500.00 3 000.00 Linear Foot 138 'iO. oo S,52 0. 00 Cubic Yard 3 3 00. 00 1 oo _ 00 Cubic Yard 6 /00. 00 f.pOo . oo Lump Sum 1 2 00.00 200. Oo Linear Foot 360 3. 00 l D?O. 00 Linear Foot 360 8: oo 2 ,gf?D . oo Cubic Yard 1,035 $16.50 s11.on.so Lump Sum 1 s, 0 oo . 00 5,000.00 Each 12 3 00. oo 3,(QOO. 00 Addendum No. 03 Bid Items CPMS Record Unit of Your Unit S ub Group Number Material Description Measure Quantity Price Your Bid Sewer-Collection I BI0-00849 ServiceCS Ma nhol e-Adjust ment -Services Each 12 $350.00 $4,200 .00 Street-Parkway 810 -00402 ServiceCS Driveway -Remove Square Foot 10,925 /,SO /f.o 387.5 0 Street-Parkway 810-00404 Concrete Drivewa y-6 Inch -Install Square Foot 14,865 '-f_So "'872.50 Street-Parkway BID-00407 Assembly Mailbox -Install Each 2 3 00. oO ~oo_oo Street-Parkway 8 10-00408 ServiceCS Mailbox -Remove Each 2 Joo . oo 2 DO. 00 Street-Parkwav BID-00411 Other Retaining Wall -Install Cubic Yard 12 ?..DO. oo 7~oo.00 Street-Parkway BID-00412 ServiceCS Retaining Wall -Remove Linear Foot 36 10.00 3 6'0. oo Street-Parkway BID-00414 ServiceCS Utility Adjustment -Repair Lump Sum 1 $20,000 .00 $20 ,000 .00 Street-Pavinq BID-00423 Concrete Curb & Gutter -Install Linear Foot 54 .20. oo J, () 80. 00 Street-Paving BID-00424 ServiceCS Curb & Gutter -Remove Linear Foot 390 2. oo 780_00 Street-Pavino BID-00445 Asphalt Pavement-2 Inch Min Overlay -Replace Square Foot 4 ,870 J 2.5 ~ 087.s o Street-Pavina BI0-00447 Asphalt Pavement-2 Inch-Surface Course-Type D Mix-Install Square Yard 1,500 9. so J 'i.;2..50. 00 Street-Pavinq BID-00452 Concrete Pavement-7 Inch Concrete -Install Square Yard 10,710 27. :is 2 .9 l 8Y7.s0 Street~Pavinq BID-00454 ServiceCS Pavement-8 Inch-Pulverization -Rehab Square Yard 1 ,500 ~. 00 (o ooo_oo Street-Pavinq BID-00457 ServiceCS Pavement-Concrete -Remove Square Yard 60 /0 . 00 lo00.00 Street-Paving BID-00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Install Ton 81 .8 10.00 7 3'12. 00 Street-Pavinq BID-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove Cubic Yard 4,765 I ::z . oo 57 / ~o.00 Street-Pavinq BID-00474 ServiceCS Pavement-Vallev Gutter -Remove Square Yard 70 5. 00 3So.00 Street-Pavinq BID-00486 Lime Subgrade-8 Inch-Lime Stabilized -Install Square Yard 12.230 2. 8S 3'-/ 5'<:.C:. so Street-Paving BID-00494 Rock Suborade-Crushed Stone -Install Square Yard 52 f_oo lj /fD . 00 Street-Paving BID-00495 Other Subgrade-Flexbase -Install Square Yard 120 '7. co 7:i.O. 00 Revised 09/20/2010 7 of 12 Addendum No . 03 Bid Items CPMS Record Unit of Your Unit Sub Group Number Material Description Measure Quantity Price Your Bid Street-Pavinq BI D-0 0496 Lime S ubgrade-Lime for Stabilizati on -In stall Ton 257.2 11.fS .oo 3 7 J.}Y. 0 0 S t reet-Paving BID-00843 Concrete Cu rb-7 Inch -Install Linea r Foot 6 ,72 5 (. oo fo .7).5.00 Street-Paving BID-01120 Cement Pa v ement-Ceme nt Mo difica ti on-26 lb/sy -Install Ton 19.6 J [,,Q _oo ~-l 3(o. cc T raffic-Sign BID-00504 I Steel I sign-Project Des ig na tion -Insta ll Ea c h 4 I $200 .00 $800 .00 Walkway-Sidewa lk B ID-00529 Se rvi ceC S Walk -Re move Sq uare Foot 675 .2.. 0 0 I 35 o.00 Wa lkway-S idewalk BID-00530 Concrete W alk-4 Ft -Install Square Foot 990 :2.so 'J 'i 1S. co W alk\vay-S idewalk BID-01227 Concrete Wa lk-ADA Wheelchair Ramp -Install Each 4 8So.00 3 YOD.00 W alkway-S idewa lk BID-00536 Concrete Walk-Steps -Install Square Foot 100 °!. oo 100.0 0 Walkway-Sidewalk BID-00537 C oncrete Walk-Steps -Rem ove Square Foot 100 2 .0 0 ;;.,oo .oo W ate r-Distribution I BID-00847 ServiceCS Valve Box-Adiustment -Services Each 20 $300.00 $6 ,000 .00 Water-Distribution BID-00848 S erviceC S Meter Box-Adjustment -Services Each 101 $35.00 $3,535.00 Tota l Bid This Unit Rev ised 09/20/2010 8 of 12 Addendum No . 03 City of Fort Worth Project Manager: Gopal Sahu Project 00980 -2007 Critical Capital Project (Council District 9) -Group B Unit/Section: Unit Ill-Paving and Drainage Improvements-ALTERNATE TPW P roje ct No . C29 5"541200 -20940-0098083 Date C ity P roje ct ff. 00980 Your Vendo r Number Yo ur Comp;my Name Bid Items -Alternat e -Proposed Sid ewalk a lo n g Biddiso n S t., Butler St . and Blodget Ave. (STA 16+20 to STA 23+42} CPMS Record Unit of Your Unit Sub Group Number Material Description Measure Quantity Price Your Bid Street-Parkwav BID-00411 Other Retaining Wall -Install Cubic Yard 300 ;g5 _0 0 5 S soo.0 0 Walkwav-Sidewalk 810-00530 Concrete Walk-4 Ft -Install Square Foot 13.090 _2_2.S "2 '11t sz . .s 0 Walkway-Sidewalk 810-01227 Concrete Walk-ADA Wheelchair Ramp -Install Each 12 850.00 /0,20 0.00 Total Bid This Unit qs, 1s2 . so Revised 09/20/201 O 9 of 12 Addendum No.03 -------------- 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT) -PART II -GROUP B I SUMMARY OF BID Project Sub Totals (Base Bid): Unit I -Water Line Improvements Unit II -Sanitary Sewer Improvements Unit Ill -Paving and Drainage Improvements Project Sub Totals (Alternate Bid): Unit I -Water Line Improvements Unit II -Sanitary Sewe r Improvements Unit Ill -Paving and Drainage Improvements (Including Alternate Bid + Unit Ill Base Bid) Project Total (Base Bid): Project Total (Alternate Bid Bid): 10 of 12 $ :J. 50. 9 ID. '-lo I $ &Lf I, 721. 00 $ 250, CJ/0. '{O . $ .255, 919. so . $ 73(p,8J3, so s /.2 ~3,78 3. qo I Within ten (10) days after notification by the City of Fort Worth , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No . 7278 as amended by City Ordinance No. 7400. , .--- The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 270 Calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) D 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 b. required to be percent lower than resident bidders by state law . A copy of the statute is attached. Nonresident bidders in the State of required to underbid resident bidders . , our principal place of business , are not ~ The principal place of business of our company or our parent company or majority owner is in the State of Texas . Receipt is acknowledged of the following addenda: Addendum No. 1( Addendum No. 2:,,., Addendum No. 3:' Addendum No. 4 : Addendum No. 5: Addendum No. 6: J~""'{ \.O~+~e <, Pr ~s: clfri t- Company: Co'l"'a 4-$,t < C0v1~vU.d\c,,,,T)(, L-t> Date: 0 "\I d-~/ ID 11 of 12 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of a . Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas . ' Company : C.Vr\0\.-+s.e r LOY\~/lJ.c·HDY"11X, LP Address : P.o. eox: l~Lt4~ jCOy-b, WD,/0, ~ I LQ I\~ Date: Cf. /-:L 3 / / O THIS FORM MUST BE RETURNED WITH YOUR QUOTATION BID SCHEDULE For Project: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) CITY PROJECT NO . 00980, DOE No. 5923 PART II -GROUP 9B BID SCHEDULE NOTE ITEM 1. CPMS Record No. BID-00100 , Storm Water Pollution Prevention Plan > than AC SWPPP -Install. A Storm Water Pollution Prevention Plan has been prepared and is available for review at the offices of Brown & Gay Engineers, Inc. 2 . CPMS Record No. BID-00532 , Walk-ADA Wheelchair Ramp -Install. Construct item using City of Fort Worth Standard Sidewalk Ramp Details. See Sheet 35 of 43 of the Construction Plans. 3. CPMS Record No. BID-00429, Paveme nt -Install (7" Concrete). This item shall have a 28 -day compressive strength of 3,600 psi . Mix design in accordance with Item 360 , Texas Department of Transportation Standard Specification for Construction and Maintenace of Highways, Streets , and Bridges , 2004 Edition using 3 to 6 percent air entrainment. 4. CPMS Record No. BID-00445 , Pavement-2 Inch Min Overlay -Replace. This item includes asphalt for overlay and edge milling as required to match existing pavement. 5. CPMS Record No . BID -00445 Pavement-2 Inch Min Overlay -Replace , BID-00447 Pavement-2 Inch -Surface Course-Type D Mix -Install and BID-01120 Pavement- Cement Modification-26 lb/sy -Install items are for pulverization, cement modification and HMAC overlay on Sheet 29 of 43 . 6. CPMS Record No. BID -00495 , Subgrade-Flexbase -Install . This item is for edge repair for Pulverization, Cement Modification and HMAC Overlay on Sheet 29 of 43. \ LIST OF DUCTILE IRON ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION FITTINGS DUCTILE IRON FITTINGS vv I r't:K IUIAL FITTING WEIGHT COST QTY SIZE OF FITTING TYPE OF FITTING (lb) (lb) A t, 5 MJ Solid Sleeve 4 MJ Sol id Sleeve 4 Reducer 1 Reducer 3 Reducer 2 Tee 1 Tee 2 Tee 2 Tee 1 Wye 1 Wye 2 Bend -11.25 degree 1 Bend -11 .25 degree 3 Bend -45 degree 1 Cross 1 Plug 12 -lnch 8-lnch 12-lnch x 8-lnch 12-lnch x 6-lnch 8-lnch x 6-lnch 12-lnch x 12-lnch 12-lnch x 6-lnch 8-lnch x 8-lnch 8-lnch x 6-lnch 12-lnch 8-lnch 12-lnch 8-lnch 8-lnch 12-lnch x 12-lnch 8-lnch TOTALS Total Weight= {] 400 t.j.() () :?t:10 u<?& 1/'0 0 ?~O ~() c;-oo J'c)() ?60 coo 'ft;O ~()0 s-oo C:-t?O 100 /6 () lbs or 7-000 lf-o~ o 120<) ) <fO~ ';;.. JIOO ? 200-- tj,()0 r('oo c- (J() () /f(){J~ /'),.OCI L.-'f 00 .,_ ("'{JU /0~0 !- tou 1200- t:~o /2()0c 6 ~o I L, 00 CV 1/-() 0 PorJE! 1200 2.-i o()'! s-oo /000~ 1Jc>O ?otx> 11".. JOd /</<)() ~ /()() ) oO ~ C.7 Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. - PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Working Work Telenhone/Fax SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 Part C -General Conditions (Water-Sewer) 5.2 Supplementary Conditions to Part C (Water-Sewer) 5.3 Part D -Special Conditions (Water-Sewer) 5.4 Pa~ DA-Additional Special Conditions (Water-Sewer) 5.5 Part E Specifications 5.6 Special Provisions (Paving -Drainage) 5.7 Wage Rates 5.8 Compliance with and Enforcement of Prevailing Wage Rates 5.9 Standard Details (Water-Sewer) 5 .10 Standard Details (Paving-Drainage) 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-1.1 7 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 DEFINITIONS Cl-1 (1) Definition of Terms Cl -1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl -1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-1 (4) The Work or Project Cl-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 S treet Cl-1 (6) Roadway Cl -1 (6) Gravel Street Cl-1 (6) C2 -2 INTERPRETATION AND PREPARATION OF PROPOSAL C2 -2 .1 C2-2.2 C2 -2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) - ~ Ir.&._ C2-2 .5 R ejection of Proposals C2-2 (3) C2-2 .6 B id Security C2 -2 (3) C2-2.7 Delivery of Proposal C 2-2 (3) C2-2 .8 W i th drawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2 .ll Irregular Proposals C2-2 (4) C2-2 .12 Disqualification of B idders C2-2 (4) C3-3 AW ARD AND EXECUTION OF D OCUMENTS : Al.. C3-3 .1 Consideration of Proposals C3-3 (1) C3 -3.2 Minority B usiness Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3 -3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3 .5 A ward of Contract C3 -3 (2) -C3-3.6 R eturn of Proposal Securities C3-3 (2) C3-3.7 B onds C3-3 (2) C3-3 .8 Execu tion of Contract C 3-3 (3) C3-3.9 Failure to Execute Contract C 3-3 (3) C-3-3 .10 B eginning W ork C3-3 (4) C3-3.11 Ins urance C3-3 (4) .-, C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly P ayrolls C 3-3 (6) C3-3.14 Contractor 's Contract Administration C3-3 (6) C3 -3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4 .l Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra W ork C4-4 (2) -C4-4.6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) CS-5 C ONTROL OF W ORK AND MATERIALS CS -5.1 A uthority of Engineer CS-5 (1) ... CS-5 .2 Conformity with P lans CS-5 (1) CS -5 .3 Coordination of Contract Documents CS-5 (1) CS-5.4 Cooperation of Contractor CS-5 (2) CS-5 .5 Emergency and/or Rectification Work CS-5 (2) CS -5.6 Field Office CS-5 (3) CS-5.7 Construction Stakes CS-5 (3) -' (2) -. "' <, C5-5.8 C5-5.9 C5-5.10 C5-5.ll C5-5 .12 C5-5 .13 C5-5.14 C5-5.15 C5-5.16 C5-5.17 C5-5.18 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 .11 C6-6 .12 C6-6.13 C6-6.14 C6-6 .15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.1 C7-7 .2 C7-7 .3 C7-7.4 C7-7.5 C7-7 .6 C7-7 .7 C7-7 .8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys, and Right-of-Way 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 C7-7 (1) Assignment of Contract C7-7 (1) Prosecution of The Work C7-7 (1) Limitation of Operations C7-7 (2) Character of Workmen and Equipment C7-7 (2) Work Schedule C7-7 (3) Time of Commencement and Completion C7-7 (3) Extension of Time Completion C7-7 (3) (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 .1 7 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement . Of Quantities C8-8 (1) C8-8 .2 Unit Prices C8-8 (1) C8-8.3 Lump Sum ' C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8 .7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8 .9 Adequacy of Design C8-8 (4) C8 -8 .10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8 -8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .13 Record D ocuments c8:.8 (4) (4) - PART C -GENERAL CONDIDONS 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 CONDITIONS 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 CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PARTF-BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. 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 CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDIDONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C l -1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b . C. d. C2-2.6) Performance Bond (see paragraph C3-3 .7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) - - C 1-1.10 CONTRACT: The Contract is a formal signed agreement between 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. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. · Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence , the Mayor Pro tern of the City of Fort Worth, Texas . Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative . 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-I (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forthin the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials , tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a .m. and 6:00 p .m., with exceptions as permitted in paragraph C7-7 .6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3 . 4 . 5 . 6. 7. 8 . 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS : Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Cl-1 (4) AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min . Minimum ASTM American Society of Testing Mono . Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D . Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph . Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In . Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted . Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal . All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2 . Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3 . Brick, with or without separate base material. 4 . Concrete, with or without separate base material . 5. Any combination of the above . Cl-1 (5) 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 defined as the area between parallel lines two (2 ') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists . Cl-1.32 GRAVEL STREET: A gravel street is a~ 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 CONDffiONS 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 licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same · nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials 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 infonnation given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based . It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed . The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership , or by person duly authorized . If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed . Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid 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 OPEN1NG 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 : 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who , in the judgment of the Engineer, is disqualified under the requirements stated herein , shall be set aside and not opened. C2-2 (4) PART C -GENERAL CONDffiONS 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 manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months . C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AWARD OF CONTRACT: The Owner ,reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event 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. b. C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. 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 561h 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 (I 0) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal , and the owner may annual the Award . By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-ccintractors. It is the intention of the Owner that the insurance coverage required herein shall include the , coverage of all sub-contractors . a . COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2 ,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies , and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) .. 2 . Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5 . Builder's risk (where above-ground structures· are involved). 6 . Contractual Liability ( covers all indemnification requirements of Contract). d . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000 . e . SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's in s urance 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 in s urance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, _and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent , or agents .shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due . C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business · office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of ariy work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor's administration , whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3 .15 VENUE: Venue of any .action hereinunder shall be exclusively in Tarrant County, Texas . C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES : The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary , and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work.'.' No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size , but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be 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 aqditional 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 ali other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written , appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation , any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration , resource allocation, and logic issues. C4-4 (3) c . Understanding of construction work processes to the extent that a 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 tim e constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication , delivery and submittal activities are exceptions to this guideline. c . Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity . d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general actJ.v1tJ.es as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein. For each general activity , the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and C4-4 (4) events in their logical sequence for equipment and materials . Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5 . Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8 . Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10 . Final inspection 11 . Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following , if appropriate and applicable: • Changes in the critical path , • Expected schedule changes , • Potential delays , • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification . c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5 ) C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up · 1ag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 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) PARTC-GENERALCONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 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 pennitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents . The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to 'the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer detennines 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 performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents . The City Inspector will in no case act as superintendent 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 paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense . No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense . Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5 .12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents . Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection . CS-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits , sewer lines and service lines for CS-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply . It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines . Verification of existing utilities , structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work . CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: I. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob . The tag shall be durable in composition, and in large bold letters shall say: CS-5 (6) b. "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim . CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) - " ....... _ 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 harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law , ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES : If the Contractor is required or desires to use any design , device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits . C6-6.4 SANITARY PROVISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) - - the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with . C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used , and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location , the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic . Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The .Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service . Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of 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 requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure · of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6 .9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc ., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work . The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing , rebuilding, or otherwise C6-6(5) - replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area . The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein . shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6 .12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents , employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from , in whole or in apart, any and all alleged acts of omission of officers , agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has . been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2 . Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made . If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made . At the expiration of the six month period, the C6-6(7) - Director may recommend that final payment be made if all , other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25 1h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages . C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense., shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected . C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense . C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes . C6-6 .19 NOW ANER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work , or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) . ... ·- C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Coiitractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007 . Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization , and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times , when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of th e 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, material s, and labor as is necessary to insure its completion within the time limit. C7-7(1) -, The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval _ from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public . At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work as~igned to them and operate any equipment necessary to properly carry out the performance of the assigned duties . The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress . All equipment, tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition . Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 1-1.23 "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 Contractor 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 OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire , flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) ,_ ' - When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For _each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45 .00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25 ,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210 .00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7 .11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed ; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 .8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) -. ,- determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations . C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable . If, after investigations , the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part .to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request , and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause . The following , by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Wark Order issued by the Owner. b . Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d . Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents . g . Failure of the Contractor promptly to make good any defect in materials or workmanship , or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties . When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all , within two weeks after the written notice to discontinue the work has been served ·upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents . C7-7(7) - - In :case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the . Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials , labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7.,7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR 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, at the times, and to the extent, if any, directed by the Engineer: a . the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, · the work terminated by the notice of the termination; and b. The completed , or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously dispo sed 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 Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of E . · the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 .16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 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. ADJUSTMENT: If the termination hereunder be partial , prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices ; noting contained herein , however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion . H . NO LIMITATION OF RIGHTS : Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be re sponsible for initiating, maintaining and supervi sing 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 CONDffiONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTmES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work 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 con'stitute 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 101h day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90 % of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95 % of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85 % of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates . It is understood that partial estimates from month to month will be approximate only; all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not , in any respect , be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) - - C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below . C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows : Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal 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. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability . in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid · items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda , modifications , shop drawings and samples at the C8-8(4) -- - •' '; l 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. CS-8(5) t I I:' ~ { • I • t 1 t j i 1 t I t 1 - - SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS • A. General B. C . D. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof: but which at the time of the pay estimate have not been so installed . If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereo( 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 fiv~ percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.l l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg . l E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Con tractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contr:actor · either (a) submits to Owner satisfactory evidence that the. claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES : Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4 .3 INCREASED OR DECREASED QUANTITIES to read as follows : The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any· time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in ~he contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . - Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories . G . C3-3 .1 l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 - - - - - - - - INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, ·prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewaL and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to 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 the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. -I. C8-8 .10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replacaj with the following : Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined . The Owner will give notice of observed defects with reasonable promptness . Revised 10/24/02 Pg.4 - - - J. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the > following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purcha~ing 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 m 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 g~ven to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg.5 . L. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reirisurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2 . Pg . C3-3(5) Paragraph C3-3 . l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following : 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 work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during 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 reasonab_le advance notice of intended audits . ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -10 cents per page Revised 10/24/02 Pg.6 - - - - . 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. 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: 0. 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures1to take all reasonable necessary measures. 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. 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. ~uch prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection bythe City. The provisions of Section C-1 , L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise r~equire 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 1 Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times: Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ................................................................................................ 5 i 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 ................................................................................. ? 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 ....................................................................................................... 1 O D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES .......................................................................................................... 11 D-17 CUTTING OF CONCRETE ............................................................................................ 11 D-18 PROJECT DESIGNATION SIGN ................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL .......................................................... 12 D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 D-22 2 :27 CONCRETE ........................................................................................................... 13 D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .... : ......... 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 -D-26 SANITARY SEWER MANHOLES .................................................................................. 16 D-27 SANITARY SEWER SERVICES .................................................................................... 19 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES ................................................................................. 23 D-30 PIPE CLEANING ............................................................................................................ 23 D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23 liiliiill D-32 MECHANICS AND MATERIALMEN 'S LIEN ................................................................... 23 D-33 SUBSTITUTIONS .......................................................................................................... 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 D-36 BYPASS PUMPING ....................................................................................................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL , SODDING, SEEDING & HYDROMULCHING ............................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 D-49 CLAY DAM ..................................................................................................................... 40 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................. :································.40 D-51 INSTALLATION OF WATER FACILITIES .................................... f ................................ .40 51 .1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40 51 .2 Blocking ....................................................................................... : ............................... 41 51 .3 Type of Casing Pipe ..................................................................................................... 41 51 .4 Tie-lns ......................... .-................................................................................................ 41 51.5 Connection of Existing Mains ...................................................................................... .41 51.6 Valve Cut-Ins ................................................................ , .............................................. 42 51.7 Water Services ............................................................................................................ 42 51 .8 2-lnch Temporary Service Line ................................................................................... .44 51 .9 Purging and Sterilization of Water Lines ..................................................................... .45 51.10 Work Near Pressure Plane Boundaries ...................................................................... .45 51 .11 Water Sample Station ................................................................................................. .46 51 .12 Ductile Iron and Gray Iron Fittings ............................................................................... .46 D-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47 D-53 DEWATERING .............................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................ : ................. .47 D-55 TREE PRUNING ............................................................................................................ 47 D-56 TREE REMOVAL ....................................................... : ................................................... 48 D-57 TEST HOLES ................................................................................................................. 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 49 D-59 TRAFFIC BUTTONS ...................................................................................................... 49 D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50 D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50 D-62 CONSTRUCTION STAKES ........................................................................................... 50 D-63 EASEMENTS AND PERMITS ........................................................................................ 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 D-65 WAGE RATES .............................................................................................................. 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 53 D-68 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 . D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 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: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) PART II -GROUP 98 FORT WORTH, TEXAS CITY PROJECT NO. 00980, DOE No . 5923 WATER DEPARTMENT PROJECTS NO.P265-541200-60917-0098083 & P275-531200- 70917-0098083 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 fa ithful 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 remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth , Texas 76102. B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager, and filed with him prior to the time set for the opening of proposals . After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C . TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/09/2010 SC-4 - - .... - - - PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING I For coordination purposes, weekly meetings at the job site may be requirea to maintain the project on the desired schedule. The contractor shall be present at all meetings . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3 . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation, independent contractors, subcontractors, leasing companies , motor carriers, owner operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/0912010 SC-5 PART D -SPECIAL CONDITIONS 2 . No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text , form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project ; 2. Provide to the Contractor, prior to that person beginning work on the project , a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; 4 . Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project,; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5 . Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery , within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and 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 pe 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 fa ilure 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 inform ing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Comm ission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text , without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project , it will be necessary to deactivate , for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines . 0-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or . proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel , the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/0912010 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 san itary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location . It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables , utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction . It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred 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 exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new 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 de/ivering 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 repa ir 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 6701 d Vernon's Civil Statutes , pertinent sections being Section Nos . 27, 29 , 30 and 31 . Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Eng ineer (P .E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City 's Buzzsaw website . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign , instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department , Signs and Markings Division, (Phone Number 817 -392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting ·the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent. sign shall be left in pl~ce until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Ma intenance Work Areas ." The lump sum pay item for traffic control shall cover design and / or installation , and maintenance of the traffic contro l plan . 02/09/2010 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosebute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property . D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work . progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include , but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents ' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 02/0912010 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 sim ilar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equ ipment 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 un it prices regardless of the final measured · quantities. To the extent that C4-4.3 conflicts with this provision , this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item . D-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 PART D -SPECIAL CONDITIONS Project signs are required at all locations . It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting . In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitat ion or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0 " by 2'-0 " in size . The information box shall have the following information : For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4 :30 p.m . or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways , such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504 . At lo.cations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geom~try of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting , backfill, concrete, forming materials and all other associated appurtenances required , shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications , General Contract Documents . 02/09/2010 SC-12 - - - PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for 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. D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2 . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements . When Type "C" back-fill material is not suitable, 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: 02109/2010 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 'or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same . 3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City . 4 . MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill , and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe . o:. 24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness , etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031 . The results of the street cores that were conducted on the project streets , to determine HMAC depths on existing streets, are provided in these specifications and contract documents . 02/09/2010 SC-14 - PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench ,! a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving . details , compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving , in the opinion of the Owner, the repaving shall be done at the earliest possible date . A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section . D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains , manholes, vaults , service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS : The latest version of the U.S . Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations , are hereby made a part of this specification and shall be the minimum governing requirements for trench safety . C. DEFINITIONS : 1. TRENCHES - A trench is referred to as a narrow excavat ion made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 02/09/2010 SC-15 PART D -SPECIAL CONDITIONS 3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined . away from the excavation. 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces , vertical rails, (uprights}, horizontal ra ils (wales) and/or sheet ing . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools , materials , equipment and incidentals necessary for the installation and removal of trench safety systems . D-26 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition . For new sewer line installations , the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009. 2. DELETED 3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug . The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole With quick setting cement ~rout. 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 . 02/09/2 010 SC-16 PART D -SPECIAL CONDITIONS Manholes in open fields , unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be PAMREX, or approved equal , with 30-inch clear opening . Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished . Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. 6. SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to , a minimum or 14 mils dry film thickness .: 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department , excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal , Ram-Nek, E-Z Stick , or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking , hardening, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt , sand , mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations . The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/0912010 SC-17 PART D -SPECIAL CONDITIONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly ,vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick , block materials other than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings , or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or block manholes , replace the upper portion of the manhole to a point 24 inches · below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed. Joint surfaces between the frames, adjustment rings , and cone section shall be free of dirt, stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint , or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole . No steel shims , wood, stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas , castings shall be installed by using a stra ight edge not less than ten (10) feet long so that the top of the cast ing wiUconform to the slope and finish elevation of the paved surface. The top of the casting shall be 1 /8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness. 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT : The price bid for new manhole installations shall include all labor, equipment , and materials necessary for construction of the manhole including , but not limited to , joint sealing , lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required , shall be paid separately . 0210912 010 SC-18 PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole , including, but not limited to, excavation ,, backfill , disposal of materials, joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required, shall be paid separately . The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or seal ing 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 expedit ious manner. A minimum of 24 hours advance notice shall be given when taps will be required . Severed service connections shall be maintained as specified in section C6-6 .15 . D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps . Payment for work such as backfill , saddles , tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT : All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer · as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involv ing sewer service re-routing , whether on public or private property , the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations 02/09/2010 SC-19 PART D -SPECIAL CONDITl'ONS (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been 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 fitt ings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way . Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps . 0-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal , salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans , and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance w ith Section E2-1 .5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 02/0912010 SC-20 - PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the 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" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade . G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling , plugging of pipe(s) and all other appurtenances required , shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . 0210912010 SC-21 PART D -SPECIAL COND1Tl0NS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, includ ing 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 mater•al may be with Type C Backfill or Type B Backfill , as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be required to cut, plug , and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes , regardless of location. Payment will be made for salvaging , abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of exist ing 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. 02/09/2010 SC-22 • PART D -SPECIAL CONDITIONS 0-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located frorh 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 recommendat ions 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). · 0-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage . 0-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determ ined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit , including any necessary Engineering studies , shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. 0-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechan ics and material men 's liens upon rece ipt of payment. 0-33 SUBSTITUTIONS 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified . Where the term "or equal ", or "or approved equal " is used, it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute . Where the te rm "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 inspectiqn performed to identify any active sewer service taps, other sewer laterals and their location'. Work shall consist of furnishing all labor, material , and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT : The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation . The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall also include a high-velocity gun for washing ahd 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 . 0210912010 SC-24 PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avo id delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup , including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt , sand, rock , grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES. 6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches ; TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or the like , which would require interpolation for depth of manhole , will not be allowed . Accuracy 02/09/2010 SC-25 PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other su itable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera , under all circumstances, when it becomes lodged during inspection, shall be incidental to Telev ision inspection. 2 . DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection . In addition, other points of significance such as locations of unusual conditions, roots , storm sewer connections , broken pipe, presence of scale and corrosion , and other discernible features will be recorded, and a copy of such records will be supplied to the City . 3 . PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas ofthe lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected . The Engineer will return tapes to the Contractor upon completion of review . All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 02/09/2010 SC-26 PART D -SPECIAL CONDITIONS evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection al']ld 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. 0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testi11g of all newly constructed sanitary sewer manholes . B. EXECUTION : 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufactwer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : 02/09/2010 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH . 48-lnch Dia . 60-lnch Dia. (FT.) Manhole Manhole Oto 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. SC-27 PART D -SPECIAL CONDITIONS 22' 55 sec . 72 sec . 24' 59 sec. 78 sec . 26' 64 sec . 85 sec. 28 ' 69 sec. 91 sec . 30' 74 sec. 98 sec . For Each 5 sec . 6 sec. Additional 2' 1. ACCEPTANCE : The manhole shall be considered acceptable , if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole , which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test , the manhole shall be restored to its normal condition , all temporary plugs shall be removed , all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material , labor, equipment, and all incidentals , including all bypass pumping , required to complete the test as specified . herein . 0-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabi litated and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line . 0-37 POST-CONSTRUCTION TELEVISION INSPECJ"ION OF SANITARY SEWER A. GENERAL: After construction , ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material , and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the 0210912 010 SC-28 - PART D -SPECIAL CONDITIONS satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the like , which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the san itary sewers to be entered ~re 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 02/09/2010 SC-29 PART D -SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of rev iew by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Eng ineer 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 lio ear 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 condit ions and for provid ing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to prov ide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection " The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement, and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City . C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting requ i red 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. 02109/2010 SC-30 PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip t icket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL {FOR DISTURBED AREAS LESS THAN 1 ACRE) A DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes , dams, berms , sediment basins, fiber mats , jute netting, temporary seeding, straw mulch , asphalt mulch , plastic liners , rubble line rs, baled-hay retards, dikes, slope drains and other devices . 8 . CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erod ible earth and the authority to limit the ·surface area of erodible-earth material exposed by preparing right- of-way ; clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses, lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes , dams, sediment basins, slope drains and use of temporary mulches , mats , seeding , or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing , excavation and borrow to be . proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading, mulching , seeding , and other such permanent pollution-control me.asures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer . 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that w ill minimize the amount of sediment entering streams . 3. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment · shall not be operated in live streams . 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to min imize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work . 02/0912010 SC-31 PART D -SPECIAL CONDITlONS 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work w ill 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 call ing the Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incu rred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be respons ible for restoring the site to original grade and condit ion after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. 02/09/2010 SC-32 liiiiil - PART D -SPECIAL CONDITI.ONS 0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed prqducts submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements .. D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding . 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians . to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways . 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer, the sod existing at the source shall be 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St. Augustine grass . a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the d imensions shown on the Draw ings , shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression . Hand tamping may be required on terraces . b. Block Sodding . At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered , and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod , which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, liiiil be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently • close to hold the block sod firmly in place . When necessary , the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS : 02/09/2010 SC-34 - PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analys is shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.{2)a. URBAN AREA WARM-SEASON SEEDING RATE {lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total: 100 Table, 120.2.{2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; {lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades , and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . 02/09/2010 SC-35 PART D -SPECIAL CONDITIONS b. Finishing . Where applicable, the shoulders , slopes , and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the c;:ross-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 fin ished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods. The seed , or seed mixture , specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the "Cultipacker" type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings , or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering, when the ground has become sufficiently dry to be loose and pliable , the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly . If the sowing of seed is by hand , rather than mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained . After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied , the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings , or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . 02/09/2 010 SC-36 liiiiil - PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYDROMULCH SEEDING : If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot , complete in place. 02/0912010 SC-37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measu red shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading , hauling, placing and furnishing all labor, equipment , tools, supplies , and incidentals necessary to complete work . All labor, equipment , tools and incidentals necessary to supply , transport , stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly. · "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod ; for all rolling and tamping ; .for all watering; for disposal of all surplus materials ; and for all materials, labor, equipment, tools and incidentals necessary to complete the work , all in ac cordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application .will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . 0-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes , regardless of depth, are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . 02/0912010 SC-38 liiiil - PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project , the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. , 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 . Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS . D-47 EXCAVATION NEAR TREES (WHERE IDENTIFl~D ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified at least 24 hours prior to any tree trimming work . No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 0 .1. pipe shall be utilized . 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 02/09/2010 SC-39 PART D -SPECIAL CONDITIONS 9. Short tunneling shall cons ist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 t imes 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 CLAYDAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Const ruction , 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 find ings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6 . Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials , excavation , surface restoration , field surveys , and all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun . D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill , bedding , blocking , detectable tapes and all other associated appurtenant required , shall be included in the linear foot price bid of the appropriate BID ITEM(S). 02109/2010 SC-40 - PART D -SPECIAL CONDITIONS Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time , and schedule of the service interruption . The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for theappropriate pipe size . · • 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill , bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items . 51. 7 Water Services The relocation , replacenient , or reconnection of water services will be required as shown , on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches . All materials used shall be as specified in the Material Standards (E 1-17 & E 1-18) contained in the General Contract Documents . All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. 0210912010 SC-42 PART D -SPECIAL CONDITIONS 51.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting . No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 51.3 · Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2 .2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0 .375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2 . SEWER: - - Boring used on this project shall be in accordance with the material standard E1-15 and - Construction standard E2-15 as per Fig . 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. 51.4 Tie-Ins The Contractor shall be respons ible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify . the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to exist ing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations , elevation, configuration , and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections , such down time shall be coordinated with the 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged , and collected by the contractor for pickup by the Water Department for reconditioning qr replacement. After installation of the water service in the proposed location and rece ipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the exist ing service is lead or is too shallow to avoid breakage during st reet reconstruction. The contractor shall replace the existing service line with Type K coppe r from the main to the meter, curb stop with lock wings , and corporation stop . Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop with lock wings, service line adjustment , and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately . Relocations made along the centerline will be paid of in feet of copper service line . When relocation of service meter and meter box is required, payment for all work and materials such as backfill , fittings , five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This-item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation . 02/09/2010 SC-43 PART D -SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation : stop , type K copper service line, curb stop with lock wings, and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill, fittings, type K copper tubing , and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle , corporation stops , and fittings shall be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box . 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with , taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide . temporary water service to all buildings that will necessarily be required to have severed water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply . The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed , tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02109/2010 SC-44 PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service t ap . This criteria shall be used by the Contractor to determine the length of temporary service allowed , number of service taps and number of feed points . When the temporary service is required for more than one location the 2-inch temporary service pipes , 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings, 3/4-inch service lines, asphalt , barricades , all service · connections , removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item . · B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre -construction conference the contractor will adv ise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations . After installation , the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only . Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor . Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart ; have met the established sta~dards of purity . Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe . 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 02/0912010 SC-45 PART D -SPECIAL CONDITIONS 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle , gate valve, and fittings shall be included in the price bid for Service Taps to Ma in. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault , fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings , and Specials , Sub section E2-7.11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E 1-7. The price bid per ton of fittings shall be payment in full for all fittings , joint accessories , polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle . Payment for the polyethylene wrapping, horizontal concrete blocking , vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 02/09/2010 SC-46 PART D -SPECIAL CONDITIONS 0-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standa1rd 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. 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 water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . 0-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave ~xcavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition . 0-55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: 'Tundra" weight, International fluorescent orange or red color. 6 . Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 02/09/2010 SC-47 PART D -SPECIAL CONDITIONS 9. Backfill and compact the trench immediately after trenching . 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods , equipment and protection . E . MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal , loading , hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried . The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services , pavement , fences, walls , sprinkler system piping , etc., at no cost to the Owner. All costs for tree removal , including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed . D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any , through which this pipeline installation is to be made is the responsibility of any and all prospective bidders , and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means , shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same , either in character, location , or elevation , as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances, if required , shall be included in the linear foot bid price of the pipe . 0210912010 SC-48 - .... PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project , the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending const ruction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall pe prepared on the Contractor's letterhead and shall include the follow ing 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 t ime for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction , the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows : The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place , the name of the contractor 's foreman and his phone number and the name of the City's inspector and his phone number . A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made . D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings , the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred , both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS 'Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two - way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets, sidewalks , etc. whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subs idiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The _paving contractor shall assume maintenance responsibility upon such mob ilization . No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION STAKES The City , through its Surveyor or agent , will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice , establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever pract ical. 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 dist'urbed, 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 activ ity is necessary on City owned facil ities, such as sewer lines or 0210912010 SC-50 - PART D -SPECIAL CONDITIONS manholes . . For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property . This shall be subsidiary to the contract. The agreements , which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6 .10 of the General Contract Documents . The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required . No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits , including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including 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 . 02109/2010 SC-51 PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause . On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the constr,uction of the work provided for in this contract ; and (ii) the actual per diem wages pa id to each worker. The records shall be open at all reasonable hours for inspect ion 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) 02109/2010 SC-52 liiiif PART D -SPECIAL CONDITIONS · D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150 . A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures . C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the m13terial. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated .on the project plans or contract documents . . D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 02109/2010 SC-53 PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state .tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have bee m selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi}: If the project will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ • at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P .O . Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all s ites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P .O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Copies of the project SWPPP's are available for viewing at the office of the Consultant d isbursing 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. 02/09/20 10 SC-54 PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by lthe 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 activit ies may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted 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 pollut ion control. The controls may include , but not be limited to , silt fences , straw bale dikes, rock berms, diversion dikes , interceptor swales, sediment traps and bas ins , 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." Deviat ions 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 con:ipensation for all items contained in the pro j ect SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that w ill 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 ex ist ing 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 resu lt of these actions. 02109/2010 SC-55 PART D -SPECIAL CONDITIONS 0-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is, the apparent low bidder(s). for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule,-to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully comp lete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. · 0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that , within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time .. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . 0210912010 SC-56 PART D -SPECIAL CONDITIONS D-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically , the OZONE SEASON , within the Metroplex area, runs from May 1, through OCTOBER 31 , with 6:00 a .m . -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day . On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall . not begin work until 10:00 a .m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth 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 $500/day to the contractor performing the work . Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made . END OF P ART D - S P E CIAL CONDITIONS 0210912010 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No .: Project Name : Mapsco Location : Limits of Construction : . THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 02/0912010 SC-58 - 02/09/2010 PART D -SPECIAL CONDITIONS Dm: ____ _ DOE NO.DD Projecl Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON-------- ; BETWEEN THE HOURS OF _______ AND ______ . IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS S_t.JPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ __,CONTRACTOR SC-59 PART D -SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH r. \ NOTE: CIRCLE ITEMS THAT ARE AMEN.OED . ~ OEMOUTION/RENOVATION ~ NOTIFICATION FORM T D H NOTIFICATION#~·---,..,....-.,....-----~ 1) Aba~ent Contrector.. _________________ TDH l.ir;;en$e Number: ______ ~- 1~ Addres.s:, ___________ City ; __ -:-:-~-------S.tate: . Zip: ___ _ ¢ Office Phona Number: ~------------:Joi> Site. Phone Numbat :·-~----------e Site SUpervis.or: . TOH Uo(i~ Number: ____________ _ U Site Suponnsor: TOH License Number. ____________ _ i. Trained On-Site NESHAP lndividual:, _____________ Certification Cate : ________ _ e Demolition Contractor: _________ ~ __ omce Phone Numbe .... ...._ ________ _ Ad~$: _____________ __:City : _________ Sl81e :. __ -.Zip:. ___ _ n I,, y 2} Project Consvl~nl ~ Operator: ________________ TOH Uoense N1;,1mber: _____ _ Mailing Address=----~,--------,::::-----=---c:-:---.,..,----,--,....-....,.-------- Cl T Clty: ____ --'----'----·state:~----Zi?~· ----·. Office Phone Number:-------- A 3) FacllityO....'Jler. _____________________ -----------H Attention : _________________________________ _ P,_ M1;1ilingAdd ress·.,,,, .... ---------------------------------~ A City: State : Zip: Owner Phone Number._( ... >'------ ~ "Noto: Tho 1nvolce for the notification fae will be aent to the owner of ine bulldlng and the billln~ a~ for tho lnvOice wlll be 0 obtalllOd from the-lnform~tion th~ I$ pnwict.d In thl& &edlon. , ~· e s tt A P. .:.: . . ~ 4) Descnptlon or Facility Name=------------------------------- Pllysi~l'Address: ...... .,...-.,...., ..... --------County: City; ___ ~----··-·-Zip:_, __ _ Facility .Phone Number( · J Fecility Contact Per.ion:-. _··----------~ Description of Area!Room t,tumber; ..... · ·--~---------------'--'---'---------Prior U1ie:. ____________ --"Fulureuse.: _______ ~---------- Age of 8ulldinglfacllity··· . · .. · .. ··Siz:e:. __ ____;NurntierofFtoora._· -~---·· ·-· ~l(K·l 2): l)YES rr NO · o 5) TW>8 of Wortc CJ Demolition T Work will be during: O Day u Renovation {Abatement) a Ann~al Conf!.Olidated i, Q > Descrlplion of work schedule.: CH ' •.. .. -' .... '-------------~-----.--... ,-.-,.,,..., -----,.--...... -- o Evening o Night o Phased Project · · ,, 6) Is lh1s a PUbll<: Bulldirig? CJ YES D NO Federal Faclilty1 D YES O NO lndustriaJ Sit~? 0 YES ONO ~ NESttAP-Only Faclllty? D YES D NO Is BolldinQIFacllity Occupied? Cl ~ Cl f.:[O t 7) Notification Type CHECI{ ONLY ONE i o Original (10 Working pays) O Canceliafian .,.., o Amendment o Emergency/Ordered 0 f, ii' tf {i A 1l i ~ If this is an amel'ldm$tlt , wtii(;h *rneridment number Is this?_ (Enclose copy of origin.al and/or last arnandment) If en emergency, vmQ did you talk with et TOH? . Emergency#; _____ _ Date and Hour of Em,~gericy (HH/MMIDDJYY}: . . . . . ·· ·· · Oesaiption of lhEI $udcleri; unexpected event end expla.natlon of how the event caused unsafe con(litior,s or Would cause equipment dam~e (computets; ma~ery, ate -: ' .-' ' ' . . . O 8) Description of procedures lo be followed In the event that unexpected asbestos is found or previou$!y non -ftiable · Y. asbest0$ material becomes crumbled, pulvetizad. Cir reduoed to powder.---------------E s ,,., 9) Wes en .A!abe,tos survey performed? o YES a NO Dale: I I TOH Inspector Lioense No· ..... ------ G Anal.y1ical Method ; D PLM D TEM D Assumed TOI-I laboratory Lioell$(! No:,.....--.--- ti (For TAHPA (public buikling) praject&: an assumption must be made by a TOH Licensed Inspector) ?:~ 10} Description of planned demolition or renov.atiM work. fype of meteriel1 !Uld method(s) lo be ll$6d . ._· ------ 11) Datictiption of work practices and en!Jlneering controls to be used to prevent emissions or asbes1os et the demolition/renovmion : _________________________ ~-- 0210912010 SC-60 PART D -SPECIAL CONDITIONS I 12) Atl appllcablc llcms In !he tollowing table m1,1$t ~ ~eted; IF NO ASBESTOS PRESENT CHECK HERE Q .:..;:.. -~... .... . . . . -. . . . . -. . . . . . . . . . ' . . Check unit of measurement RACM to be removed RACM NOT removed t non-friable removad Exlel'iot Ca1e o I nQn-friabfe removed I non•friable NOTremoved II non-friable removed II non-frl$ble removed Pipes Ln .Ln SQ Ft M Ft 13) Waste Tra11$porter Name: _______________ . TOH Uoense Number: ____ _ · ··Address: ____ . ------. -. City; _________ . S.tate: ___ Zip:._· .. _. __ _ eont.ctPersoo·. · .· ··.·.·. Plloc')eNumber: .... ·;,-·~-··--·------ 14) Waste Disposal Site Name: ' · .. ;Addresi ·' · ·--------_.-. -. ·.-.-C-ity:-_---------S-ta-·1e_; __ -_-_-_ -_.-Z-ip-:::::::: . /,Teleph~ne: _('_· ·-~> ----~· TNRCC Permit N\lfflber.: ------- ;' s)for strudurally uns_ound facllllles, atta.Ch a copy of dertlOlitiOn on:1et.-1i:1 identify Govemmental Officilll below: .•.. · .. Name: · >· Regls~tlonNo:_ .... · ----------'--\' ... Tille : . . . , · ~ 1?31e of °"d~~ (~~DJYY) /. I Di!~ ~~"r:tQ begin (M¥JOpNY) · · t l ,16) ~ul~ Dates of Asbestos Aootement (MMIOOIYY) Start I I Compleie ; . · I . l 17).~ifuled Dates DemolitionJRenovation (MM/pDNY) Start: /. · · / . · Complete: ___ ·_,_/_..._ __ _ ~.Note: If thti iltut date :on Ibis no!illeatlon ecu'I not bo mot. tbo TDH R99fonal or Local Pro9ram office Afwt be contacted by phone prior to th• 11.ui data. Failure lo do 10 Js a vloi.tlon 1:n accordanco to TAHPA.; Scl(;tlon 295.61. . .. : _.·· . _.-. ~-· . . -. . ... ·: ·. . . . . ~_.,.. I hereby oe.r1ify 1hst au Information I have provided Is cooect, complete, and true to the best of my knowledge , I ecknowledge t~ I am respons ible for all aspects of the notification form , rncl.uding. but not Hmlt\ng , content and submission dates . The i'lt~!Jffl peoa!t)' i$' $10,~ per day per violation. . .. . (~iQ~.ofBuRd"in9 Owner/ Operator or De!egatedConsuttant/Contractot) MAIL TO: "'Faxu aro not accoptod" (Printed Nam~) · (C>ate} ASBESTOS NOTIFICATION SECTION l'OXlC SUEISTANOES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH PO BOX 143538 AUSTIN, TX 78714-3538 PH~ 512-834-6600, 1~oo-572-5548 ( ) (Telephorie) (Fax Num!Mlr) "Faxes arc not accepted* FcJtm APB#5, dated 07'/29/02. Replaces TDH (()(11] dated 07113/01. For auistanc;e irt compl11ting form, call 1-800-572•5548 02109/2010 SC-61 PART D -SPECIAL CONDITIONS Concrete Pavin Concrete Pavin ·eoncrete Pa,.nn Crane, Clamshel l, Backhoe, Oerriclc, OragliM, Shovel Electri<:ian Laborer-Common Laborer-Utility Mechanic t.taling Machine Operator. Fine Grade MixerO nlf" Roller; Steel Wheel Plant-Mix Pavements Roller, Steel Whul Other Flatwheel « Source is AGC of Texas ·(Hwy. Hvy. utiltties lndustria:l Branch) www.access.gpogovl davisbacon/ 02/0912010 $13.63 $12.!.0 $13.~ $14.50 $10.61 $14.12 $18.12 $8.43 $11.63 $'11 .83 $13 .67 $1~.30 $12Ji2 $1HB $10.65 $1Ul7 $11 .83 $11.58 $15.20 $14.50 $13.17 $10.04 $11 .04 $1128 $10.92 $11'07 $14.8" SC-62 Truck Driver-Transit Mix Wagon Drill. Boring Machine. Post Hole Driller Welder Work Zone Barricade-Servicer $12.32 $1233 $10.Q2 $12.60 $12.Ql $12.03 $11.47 $11 .75 $14.Q3 $12.08 $14.00 -$13.57 $10.0Q DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 LINER DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 4 , PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMIT ....................... 4 1 PIPE ENLARGEMENT SYSTEM -OMIT .................................................................. 4 FOLD AND FORM PIPE -OMIT ................................................................................. 4 SLIPLINING -OMIT ..................................................................................................... 4 PIPE INSTALLED BY OTHER THAN OPEN CUT -OMIT .................................... 4 TYPE OF CASING PIPE -OMIT ................................................................................. 4 SERVICE LINE POINT REP AIR/ CLEANOUT REP AIR ....................................... 4 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........ 7 MANHOLE REHABILITATION ................................................................................. 9 SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... 20 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM .. 21 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT ...................... 21 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ............................ 21 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM ........................ 23 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY 26 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT ............. 29 RIGID FIBERGLASS MANHOLE LINERS -OMIT ............................................... 29 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT ......................... 29 PRESSURE GROUTING .............. ., .............................................................................. 29 VACUUM TESTING OF REHABILITATED MANHOLES -OMIT ............... ~ ... 32 FIBERGLASS MANHOLES -OMIT ......................................................................... 32 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 32 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................... 33 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 34 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 34 GRADED CRUSHED STONES ................................................................................... 34 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE. ................................................... 35 BUTT JOINTS -MILLED ........................................................................................... 36 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 37 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ...................... ~ ............ 37 NEW 7" CONCRETE VALLEY GUTTER ............................................................... 38 NEW 4" STANDARD WHEELCHAIR RAMP ...................................................... ; .. 38 8" PAVEMENT PULVERIZATION ........................................................................... 39 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -OMIT 39 RAISED PAVEMENT MARKERS -OMIT ............................................................... 39 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. 40 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL 44 ROCK RIPRAP -GROUT-FILTER FABRIC -OMIT ........................................... 45 CONCRETE RIPRAP -OMIT ............................................... , .................................... 45 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT ...................................... 45 CONCRETE PIPE FITTINGS AND SPECIALS -OMIT ....................................... 45 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-43 UNCLASSIFIED STREET EXCAVATION .............................................................. 45 DA-44 6" PERFORATED PIPE SUBDRAIN -OMIT ...... '. ................................................... 45 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 45 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMIT ........................... 45 DA-47 PAVEMENT REP AIR IN PARKING AREA -OMIT .............................................. 45 DA-48 EASEMENTS AND PERMITS .................................................................................... 45 DA-49 HIGHWAY REQUIREMENTS -OMIT .................................................................... 46 DA-SO CONCRETE ENCASEMENT .............................................................•....................... 46 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 46 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMIT ....... 46 DA-53 OPEN FIRE LINE INSTALLATIONS -OMIT ......................................................... 46 DA-54 WATER SAMPLE STATION ...................................................................................... 46 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 47 DA-56 SHOP DRAWINGS ....................................................................................................... 47 DA-57 COST BREAKDOWN -OMIT .................................................................................... 48 DA-58 ST AND ARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 48 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT ................................................. 48 DA-60 ASPHALT DRIVEWAY REPAIR ............................................................................... 48 DA-61 TOP SOIL ...................................................... : ................................................................ 48 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 48 DA-63 BID QUANTITIES -OMIT .......................................................................................... 49 DA-64 WORK IN HIGHWAY RIGHT OF WAY -OMIT ................................................... 49 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 49 DA-66 OPTION TO RENEW -OMIT .................................................................................... 49 DA-67 NON-EXCLUSIVE CONTRACT -OMIT ................................................................. 49 DA-68 CONCRETE VALLEY GUTTER ............................................................................... 49 DA-69 TRAFFIC BUTTONS ...................................................................................................... 49 DA-70 PAVEMENT STRIPING .............................................................................................. 49 DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 49 DA-72 SPECIFICATION REFERENCES .............................................................................. 50 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VAL VE AND BOX ......................................................................... 50 DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 50 DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMIT ........................................... 51 DA-76 1 Yi" & 2" COPPER SERVICES .................................................................................. 51 DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT ................................................................. 51 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) -OMIT .. ; .............................. 51 DA-79 CONTRACT TIME (UTIL. CUT) -OMIT ................................................................. 51 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT ......... 51 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT ........................... 51 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMIT ................................................... 51 DA-83 PAVING REP AIR EDGES (UTIL. CUT) -OMIT ..................................................... 51 DA-84 TRENCH BACKFILL (UTIL. CUT) -OMIT ............................................................ 51 DA-85 CLEAN-UP (UTIL. CUT)-OMIT .............................................................................. 51 10123108 ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT ............................................................ 51 DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT ................................................ : ........ 51 DA-88 STANDARD BASE REPAIRFOR UNIT I (UTIL. CUT)-OMIT .......................... 51 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT)-OMIT ... 51 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMIT .......................................... 52 DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT ........................................................ 52 DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT .............................................................. 52 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMIT ........................................ 52 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT ................................. 52 DA-96 REP AIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ................................. 52 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) ............................................................... 52 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMIT ....................................................... 52 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) -OMIT .................................................................................................................................. 52 DA-100 LIMITS OF CONCRETE PAVEMENT REP AIR (UTIL. CUT) -OMIT .......... 53 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMIT ................................. 53 DA-102 PAYMENT (UTIL. CUT)-OMIT .....................•..................................................... 53 DA-103 DEHOLES (MISC. EXT.) .......................................................................................... 53 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMIT ................................ 53 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMIT ...................... 53 DA-106 BID QUANTITIES (MISC. EXT.) -OMIT ............................................................ 53 DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMIT ···:························· ......................... 53 -DA-108 FLOW ABLE FILL (MISC. EXT.) ........................................................................... 53 DA-109 BRICK PAVEMENT REPAIR(MISC. REPL.)-OMIT ...................................... 54 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) -OMIT .. 54 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMIT ...................... 54 DA-112 MOVE IN CHARGES (MISC. REPL.)-OMIT ...... ; .............................................. 54 DA-113 PROJECT SIGNS (MISC. REPL.)-OMIT ............................................................ 54 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) -OMIT ............................................ 54 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT ........................ 54 DA-116 FIELD OFFICE-OMIT ........................................................................................... 54 DA-117 TRAFFIC CONTROL PLAN -OMIT .................................................................... 54 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS - OMIT 54 DA-119 CATHODIC PROTECTION SYSTEM-OMIT ............................................. 54 DA-120 ABANDON EXISTING PIPELINE .............................................................. 54 10/23108 ASC-3 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation 1to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units . Construction time on all units will run concurrently. For situations involving approved contracts with multipie units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMIT DA-3 PIPE ENLARGEMENT SYSTEM -OMIT DA-4 FOLD AND FORM PIPE -OMIT DA-5 SLIPLINING -OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMIT DA-7 TYPE OF CASING PIPE -OMIT DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material , equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work . A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment_. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS: 10!23108 ASC-4 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 0-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association . The method of jointing the ends of the replaced pipe with the existing pipe .shall be water tight. C. EXECUTION: 10123108 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: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line . For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion . 6 . Disconnected Service Lines: At the locations indicated in Table of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line . 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair . Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS 8 . Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber. a. General This special condition . describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated . There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps . c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be install.ed. 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. 10i23/08 Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition , 0-28, "Sanitary Sewer Services". 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-6 - 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 se·ction governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures · in accordance with manufacturer's recommendations . 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected . B. MATERIALS : 1. 10/23108 Scope : This section governs the materials required for completion of protective coating of designated structures. ASC-7 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 level ing or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification : The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 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 responsib ility 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: 10123/08 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 ps i at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application . c. After all repairs have been completed, remove all loose material. Protective Coating: ASC-8 - 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 follow ing 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 requ ired 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 !he rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications . The rehab ilitation requirements for each manhole are listed in the 101231oe ASC-9 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, superv1s1on , materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents . 2 . General : Contractor is responsible for locating all manholes scheduled for rehabilitation . Contractor shall notify City Engineer if a manhole cannot be located . Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not , Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors , and the public . Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabil itation 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 S!3wer 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 cqnstruction 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. A 10123108 ASC-10 - 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 10/23108 1. Cleaners : 2 . 3. 4. 5 . Water Cleaners Wall, Bench, Trough, Grouting , and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. St rong-Seal Plug , Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR , Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved 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-11 Material in accordance with City of Fort Worth Water Department General Contract Documents. Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall" or Raven 405 . Standard Cement Materials "Reliner MSP" or Quadex "QM-1s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E, Type L" or approved equal. Corrosion-proof high density polyethylene , 1 /8" thick in accordance with Fort Worth Water Department General Standards E100- PART DA--ADDITIONAL SPECIAL CONDITIONS 6 . 7 . 8 . I Maryhole 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" min. thickness . RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 -dichlorobensonitrile, or approved equal. C. EXECUTION 1. Inspection . Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule . After City Engineer revises schedule, Contractor shall commence with Work. 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 . 10/23108 a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 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-12 - - 10i23/0B 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 Y2 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) 6) 7) 8) 9) 10) 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 d irection to existing ground elevations. In drainage areas , frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame . The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils OFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 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. A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the . manhole rehabilitation schedule . Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repa i r of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition , thickness , ASC-13 1Di23108 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 ca5.ting 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 i.i surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame . If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings . 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : a) 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-14 - - -10/23108 - PART DA -ADDITIONAL SPECIAL CONDITIONS f) manhole invert is less than 4 % feet, the m~nhole shall be completely replaced. . Partial Manhole Replacement shall also include rep lacement 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 0- 29 . h . Construct New Manhole 1) Completely remove the existing manhole structure. 2) Construct new manhole in accordance with Section D-27 of these specifications . Connect to existing sewers using flexible couplings. ASC-15 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 ex isting 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. 1012310a ASC-16 - - - I 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 SOR 35 PVC pipe of the same nominal size . This pipe shall be connected to the existing sewer using flexible connectors approved by the City . The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923 , grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline . Backfill material conforming to City specifications shall be placed and compacted as required . This item shall include surface restoration and permanent pavement repair. q . Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work . · D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity 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 demol ition 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. 101231oa ASC-17 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Interior Manhole Coating : Payment for interior manhole coating shall be baseq on the Contract unit price where interior manhole coating is applied. The Contract unit price shal_l 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. 13. Concrete Manhole Collars : ASC-18 - 10i23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced . The Contract unit price shall be payment in full for all labor, material, and cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing , and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices . 21 . Bypass Pumping: All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requiring bypass pumping . ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. 8 . 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 adeq~ate 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. 4. 10/23108 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 . 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 . ASC-20 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation . D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating . E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection . DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT DA-14 INTERIOR MANHOLE COATING -SPRAY WALL 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-12 , DA-13, DA-15, DA-16 or DA-17 . 2. Description 3 . 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. 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. MA TE RIALS 10/23/oa ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2 . Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s 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-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall · be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C. EXECUTION 10/23108 1. General 2 . Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the · Manhole Rehabilitation Schedule, is complete . Temperature ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough . b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 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 wall anq 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 10/23108 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. · B. . MATERIALS 10/23108 1. Scope This section governs the materials required for completion of interior coating of manholes . 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement 4 . The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. Material Identification ASC-24 - -PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ma_terials . 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 10i23/08 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 Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3 . Interior Manhole Coating a . Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough , including the bench/trough. b . The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 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. ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy , liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area . All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. 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 1. Leak Plugging 10/23108 ASC-26 - - PART DA -ADDITIONAL SPECIAL CONDITIONS Leak Plugging of the same or greater strength. than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging. 2 . Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix . 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal , applied uniformly at a m inimum th ickness of ~ inch. Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing w ith 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 10123108 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by. the certified applicator. 2. Equipment . 3 . 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. · 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 ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed . Once completed, the manhole shall be covered to prevent air drying. 4 . Testing & Verification Testing of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21. The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 10/23108 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at % inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-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 procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMIT DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT DA-20 PRESSURE GROUTING A GENERAL 1. Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicat~d in the Manhole Rehabilitation Schedule. 2. Description.:. The Contractor shall be responsible for the furnishing of all labor, supervision , materials, equ ipment, and testing required for the completion of pressure grouting of manhole defects -in accordance with the Contract Documents. 3. Manufacturer's Recommendations. Materials, additives , mixture ratios , and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations . 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. A MA TE RIALS 10/23108 1. Grouting Materials: a. b. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition . When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles . 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 ASC-29 1. 2 . 10i23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's. recommendations . Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added . Add a few drops of 5612 to this test sample . Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs . If dispersion does not occur, do not use the water source . · b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is . required . The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations . . Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth . Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months . ASC-30 - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Material Identification : Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application , and expected performance, to the satisfaction of the Engineer. 4 . Mixing and Handling : Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and add itives shall perform the grouting operations. C. EXECUTION 10/23108 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement , or manhole repairs are complete. 2. Preliminary Repairs: a. Seal all unsealed lifting holes, unsealed step holes , voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. or equal , in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature.:. Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations . 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bench/trough . Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting , grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough . Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown . 5. Drilling and Injection : a . b . Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). Grout shall be injected through the holes . under pressure with a suitable probe . Injection pressure shall not cause damage to the manhole structure ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d . Grout travel shall be verified by observation of grout to defects or adjacent injection holes . Provide additional injection holes , if necessary , to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6 . Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shalt · be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications . D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals, bench and trough , and 18 inches above crown of pipe , and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES -OMIT · DA-22 FIBERGLASS MANHOLES -OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The con t ractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility · companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next 10i23/08 ASC-32 - - PART DA -ADDITIONAL SPECIAL CONDITIONS one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817 -392-6594 1-800-DIG-TESS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No . 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M .A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City . Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. 10123/08 ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications . governing this item see Item No . 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon wh ich time the contractor will begin work . The failed area shall be saw cut , or other similar means , out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated . As a part of the excavation process, all unsatisfactory base material shall be removed , if required, to a depth sufficient to obtain stable sub-base . The total depth of excavation could range from a couple of inches to include the surface-base -some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above , the contractor shall place the permanent pavement patch, with "Type D" surface mix . This item will always be used even if no base improvements are required . The proposed H.M.A.C . repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos . 300 "Asphalts , Oils, and Emwlsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work . The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones . 10/23108 ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS For specifications governing this item see Item No. 208 "Flexible Base". I The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance . In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb . The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete . The Contractor shall haul-off the removed material to a suitable dump site. B. Equipment 10/23108 The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope . The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck , etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily . Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets , manholes, or other obstructions within the paved area. The speed of the machine ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS shall be variable in order to leave the desired grid pattern specified under Surface Texture . The unit price bid per linear feet shall be full compensation for all labor, material, equipment , too.ls , and incidentals necessary to complete the work. DA-29 BUTT JOINTS -MILLED A. Description : This item requires the contractor to mill "butt joints" into the existing surface , in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section , whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling . The configuration of the butt joints is described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. 8 . Construction Details Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book . The joints are also required on both sides of all railroad tracks and concrete vailey gutters , bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface . Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items . This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation . The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump . C. Measurement and Payment 10/23108 Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications , will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul -off, tools , labor, equipment and incidentals necessary to complete the required work. ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows : The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. · The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C . overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item . See standard specification Item No . 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Ord Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. 10/23108 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard for Concrete Valley as shown on the proposal :will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTIER This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing, asphalt pavement , concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch .. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. · DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. 10123108 ASC-38 -' - PART DA -ADDITIONAL SPECIAL CONDITIONS All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be r used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C .. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed , contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 1 O" H.M.A.C. and crushed stone/gravel, undercut will not be required, the contractor will pulverize 1 O" inches, the 2" inch cut will be taken from the 1 O" pulverized material. (see soil test report) · Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured, the contractor shall overlay it with 2" H.M.A.C . surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq . yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H.M.A.C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)-OMIT DA-36 RAISED PAVEMENT MARKERS -OMIT 10/23108 ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 10/23108 Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2 . REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements . e. All applicable NIOSH standards. f . All applicable TNRCC requirements. 3. SU BM ITT ALS 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) ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab . e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration . C. EXECUTION: 10/23108 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum . b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the 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 ASC-41 10/'l3/08 PART DA -ADDITIONAL SPECIAL CONDITIONS excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location . Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated . The PID or FID shall be calibrated according to manufactures instructions. d . Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen , a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3 .. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary,· to prevent release of contaminated materials due to rain or wind. 4 . Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested , observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards . c . The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene , Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d . Contaminated soil identified by test results will be disposed of according to DA-36, Loading , Transportation , and Disposal of Contaminated Soil. 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) ASC-42 ..... PART DA -ADDITIONAL SPECIAL CONDITIONS . . 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 contam inated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction . PPCW shall , if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City . c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division . d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled , and analyzed before discharge irito the sewer system . e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products . When transporting product for disposal , transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility . Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas . b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached . Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring , the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 10/23108 Payment for handling PPCS, PPCW and Vapor Concentrations , obtaining and paying for any permits required , hiring the services of a qualified professional environmental ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling , stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading , transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed . This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B . WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported , destination and waste description information . These results may not be uniform throughout the -entire site . For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). ·The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the man ifests 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: 10/23108 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-44 - PART DA -ADDITIONAL SPECIAL CONDITIONS . . DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC -OMIT DA-40 CONCRETE RIPRAP -OMIT DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMIT DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction . All applicable prpvisions of Item No . 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN -OMIT DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies , and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMIT DA-47 PAVEMENT REPAIR IN PARKING AREA -OMIT DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the 10/23108 ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIO_NS property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS -OMIT DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E ( 1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents . Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall. consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMIT DA-53 OPEN FIRE LINE INSTALLATIONS -OMIT DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. _pAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are 10/23108 ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS required to provide a complete and functional water sampling station shall be included in the price bid for the water main . PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand {3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts , manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and -stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed , the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction , coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all 10123/08 ASC-47 PART DA -ADDITIONAL SPE_CIAL CONDITIO_NS measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications . 3. Address for Submittals -The submittals shall be addressed to the Project Manager: Mr. Gopal Sahu, PE City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN -OMIT DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M .A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified 10i23/08 ASC-48 liil PART DA -ADDITIONAL SPECIAL CONDITIONS parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES -OMIT DA-64 WORK IN HIGHWAY RIGHT OF WAY -OMIT DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW -OMIT DA-67 NON-EXCLUSIVE CONTRACT -OMIT DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-71 H.M.A.C. TESTING PROCEDURES 10/23108 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIO_NS The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each : project. This should be submitted at . the Pre-Construction Conference. This design shall not be more than two (2) years old . Upon submittal of the desig11 mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall -contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B " and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box . All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. 10123108 ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS . . DA-75 EMERGENCY SITUATION, JOB MOVE-IN-OMIT DA-76 1 Yz" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 Y.z" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co ., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose . Payment for all work and materials associated with 1 Y.z " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMIT DA-79 CONTRACTTIME (UTIL. CUT)-OMIT DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT DA-82 LIQUIDATED DAMAGES (UTIL. CUT)-OMIT DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMIT DA-84 TRENCH BACKFILL (UTIL. CUT) -OMIT DA-85 CLEAN-UP (UTIL. CUT) -OMIT DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)-OMIT DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) -OMIT 10/23108 ASC-51 . PART DA -ADDITIONAL SPECIAL CONDITIONS . . DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMIT DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMIT DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair . The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused . Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate . drawings. DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work . DA-98 UTILITY ADJUSTMENT (UTIL. CUT)-OMIT DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)-OMIT 10/23108 ASC-52 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMIT DA-t01 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMIT DA-102 PAYMENT (UTIL. CUT) -OMIT 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.)-OMIT DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)-OMIT DA-106 BID QUANTITIES (MISC. EXT.) -OMIT .DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMIT DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting . The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications : Flowable fill shall consist of: a. ·An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 10/23108 ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Sand or fine aggregates as per City of Ft. Worth Standard Specific~tions for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic ,2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)-OMIT i DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMIT DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)-OMIT DA-112 MOVE IN CHARGES (MISC. REPL.) -OMIT DA-113 PROJECT SIGNS (MISC. REPL.) -OMIT DA-114 LIQUIDATED DAMAGES (MISC. REPL.) -OMIT DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT DA-116 FIELD OFFICE -OMIT DA-117 TRAFFIC CONTROL PLAN -OMIT DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS-OMIT DA-119 CATHODIC PROTECTION SYSTEM -OMIT DA-120 ABANDON EXISTING PIPELINE This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with flowable filled as designated in the construction plans . Flowable fill material shall be in accordance with DA-108. Payment for this item shall be per each pipe filled with flowable fill. This cost shall include all labor, material and equipment associated with filling existing water or sanitary sewer pipe with flowable fill. 10i23/08 ASC-54 SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT .... , ... -:··.·. . : . . :\ .. . ··. ·• All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981 , follow: E 1-2.4 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 E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS. SECI10NE100-MA1ERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13/90) E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. El00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D 1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe requirement of ASlM D 1056, 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) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT .......................................................................................... SP-4 3. PRE CONSTRUCTION CONFERENCE ..................................................................... SP-4 4. EXAMINATION OF SITE .......................................................................................... SP-4 5. BID SUBMITTAL ....................................................................................................... SP-4 6 . WATER FOR CONSTRUCTION ............................................................................... SP-4 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-4 8 . PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RA TES .................................................... · ...................................................... SP-5 12. EXISTING UTILITIES ................................................................................................ SP-6 13 . PARKWAY CONSTRUCTION ................................................................................... SP-6 14 . MATERIAL STORAGE .............................................................................................. SP-7 15. PROTECTION OFEXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7 18 . EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-8 20. FINAL CLEAN UP .................................................................................................... SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................................................................................... SP-10 22. SUBSTITUTIONS ..................................................................................................... SP-13 23 . MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13 24. WORK ORDER DELAY ........................................................................................... SP-13 25. CALENDAR DAYS .................................................................................................. SP-13 26. RIGHT TO ABANDON ............................................................................................. SP-13 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13 28 . MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS ....................................................................................................... SP-14 30. DETOURS AND BARRICADES ............. ; ................................................................. SP-14 31 . DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-14 32. QUALITY CONTROL TESTING .............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................. SP-15 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................... SP-15 35. WATER DEPARTMENT PRE-QUALIFICATIONS .... : .............................................. SP-16 36. RIGHT TO AUDIT .................................................................................................... SP-16 37. CONSTRUCTION STAKES ................................................... SP-17 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41 . PAY ITEM-PAVEMENT-UNCLASSIFIED STREET EXCAVATION-REMOVE ... SP-19 42 . PAY ITEM-PAVEMENT-NON GREEN CEMENT-INSTALL.. .............................. SP-19 43. PAY ITEM-CURB-7 INCH -INSTALL. ................................................................. SP-20 44. PAY ITEM-RETAINING WALL-INSTALL. ............................................................ SP-20 45 . PAY ITEM -CURB -CURB AND GUITER AS DIRECTED BY INSPECTOR - REPLACE ................................................................................................. SP-20 46. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC ............................... SP-20 47 . PAY ITEM -PIPE -6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC - INSTALL ................................................................................................. SP-20 48. PAY ITEM-SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP-21 49. PAY ITEM -PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED -INSTALL and SUBGRADE-LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50. PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL. ............................................ SP-21 &1. PAY ITEMS-WALK-INSTALL, CURB & GUITER-INSTALL, WALK-ADA WHEELCHAIR RAMP-INSTALL, AND DRIVEWAY-INSTALL ............................ SP-22 52. PAY ITEMS -WALK -REMOVE, CURB & GUITER -REMOVE, WALK -ADA WHEELCHAIR RAMP -REMOVE, AND DRIVEWAY -REMOVE ........................... SP-24 53. PAY ITEMS-WALK-STEPS -REMOVE and WALK-STEPS -INSTALL ......... SP-24 54. PAY ITEMS -FENCE -REMOVE and FENCE -INSTALL. .................................... SP-24 55. PAY ITEM-CURB & GUITER-7 INCH W/ 18 " GUITER-INSTALL ................... SP-24 56. PAY ITEMS-MAILBOX-REMOVE and MAILBOX-INSTALL ............................. SP-25 57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL (OMIT) ................................. SP-25 58 . PAY ITEM-PAVEMENT-VALLEY GUITER-INSTALL. ...................................... SP-25 59. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL (OMIT) ..... SP-25 60. PAY ITEM -STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP- INSTALL ................................................................................................. SP-25 61. PAY ITEM-TRAFFIC CONTROL-INSTALL ......................................................... SP-28 62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-29 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-29 64. PRE BID ITEM -TOP SOIL -INSTALL. ................................................................... SP-29 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT -SERVICES ................................. SP-29 66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-30 67 . PRE BID ITEM -METER BOX-ADJUSTMENT -SERVICES ................................ SP-30 68 . PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL. ...................... SP-30 69 . NON-PAY ITEM-ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34 70 . NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-35 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-35 72. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-36 73 . NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-36 74 . NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-36 75 . NON-PAY ITEM-PROJECT SCHEDULE ................................................................ SP-37 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-2 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS : Table of Contents 76 . SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-39 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-40 78 . NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-40 79 . NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-40 80. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-40 81 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ........................................ SP-41 82 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................. SP-41 83 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-41 84 . NON PAY ITE 'M -SPRINKLER HEAD ADJUSTMENT ............................................ SP-41 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-41 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-42 87. PAY ITEM-HEADWALL-INSTALL. ...................................................................... SP-43 88 . PAY ITEM-PIPE-24 INCH-CL Ill -INSTALL ......................................................... SP-43 89 . PAY ITEM-RETAINING WALL-REMOVE ........................................................... SP-44 90 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-44 91 . PAY ITEM-RIPRAP-6 INCH -INSTALL AND RIPRAP-GROUTED-< THAN 18 INCH ROCK-INSTALL ........................................................................................... SP-45 92 . PAY ITEM-PAVEMENT-2 INCH MIN OVERLAY-REPLACE ................................ SP-45 93 .. PAY ITEM -PAVEMENT-2 INCH -SURFACE COURSE-TYPED MIX -INSTALL. ... SP-45 94 . PAY ITEM -PAVEMENT-8 INCH-PULVERIZATION -REHAB ................................ SP-47 95 . PAY ITEM -SUBGRADE-CRUSHED STONE -INSTALL.. ...................................... SP-47 96 . PAY ITEM-SUBGRADE-FLEXBASE -INSTALL. .......... .' ........................................ SP-48 97 . PAY ITEM -PAVEMENT-CEMENT MODIFICATION-26 LB/SY-INSTALL. ............ SP-48 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Re lease Date: 07/28/20 10 Page SP-3 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) PART II -GROUP 9B CITY PROJECT NO .: 00980, DOE No. 5923 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: PAVEMENT RECONSTRUCTION, WATER LINE REPLACEMENT, AND SANITARY SEWER REPLACEMENT and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package. If the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered . Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-4 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11 . WAGE RA TES: 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-5 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) 12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13 . PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. City of Fort Worth , Texas Speci al Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-6 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department 14. MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures , improvements and utilities, which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth , they are shown on the plans as the best information available at the time of design , from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City's Design Engineer and Architect , and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City , 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 injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers , servants and employees and any damage , loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. City of Fort Worth, Texas Speci al Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-7 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor ' either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by 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. 19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary . Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM , M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable , must be submitted within five (5) City business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance , or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications . Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor City of Fort Worth , Texas Special Provisions For Street a nd Storm Dra in Improvements PMO Re lease Date : 07/28/2010 Page SP-8 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-9 of so SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Within ten (10) days after final payment from the City , the Contractor shall provide the M/WBE Office w ith documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20 . FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after complet ion of construction before the roadway and ROW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials , and in general restor ing the worksite to an orderly appearance. 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . DEFINITIONS : b. Certification of coverage ("Certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , OR TWCC-84), showing statutory workers' compensation insurance coverage for the person 's or entity's employees providing services on a project , for the duration of the project. Duration of the project- includes the time from the beginn ing of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities perfo rming all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes , without limitation , independent Contractors , subcontractors , leasing companies, motor carriers , City-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation , providing , hauling, or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets . The Contractor shall provide coverage , based on proper report ing of classification codes and payroll amounts and fil ing 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 be ing awarded the contract. d . If the coverage period shown on the Contractor's current cert ificate of coverage ends during the duration of the project , the Contractor must, prior to the end of the coverage City of Fort Worth , Texas Speci al Provisions For Stree t and Storm Drai n Improveme nts PMO Release Date : 07/28/2010 Page SP-1 o of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-11 of 50 j . k. B. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail 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 (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. 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 day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's 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: City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-12 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS : The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed, the substitution must be approved by the City. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. ' 25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days . 26 . RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 3 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work. or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to 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 Ordinance of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-14 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. 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 materials at a site without a fill permit or a letter from the administrator approving the disposal site , upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations 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. 33. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-15 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall i be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers , hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers , de- energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35 . WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work . 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor -involving transactions relating to th is 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 workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the 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 C ity of Fort Worth , Texas Special Provision s For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-16 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advar\ce notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City . The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of 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 1 O 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-17 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department 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. 40 . AIR POLLUTION WATCH DAYS : The Contractor shall be required to .observe the following guidelines relating to workiflg on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1 through OCTOBER 31, with 6 :00 a.m. -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ}, in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a .m. whenever construction phasing requires the ,use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD}, diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6 :00 p.m., on a designated Air Pollution Watch Day, the calendar days allowed may be adjusted . City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-18 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 41. PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item. Removal of existing concrete pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual .rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42. PAY ITEM -PAVEMENT-7 INCH CONCRETE -INSTALL (BID-00452): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement ," shall apply. (b) This item shall have a 28-day compressive strength of 3,600 psi. Mix design in accordance with Item 360, Texas Department of Transportation Standard Specification for Construction and Maintenace of Highways, Streets, and Bridges , 2004 Edition using 3 to 6 percent air entrainment. (c) The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work . (d) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions . (e) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-19 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 43. PAY ITEM -CURB -7 INCH -INSTALL (BID-00843): The Contractor may, at his option , construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 44. PAY ITEM -RETAINING WALL-INSTALL (BID-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45. PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE (BID-00844): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB -CURB & GUTIER AS DIRECTED BY INSPECTOR -REPLACE" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM -PIPE -6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL (BID-00924): No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-20 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (810-00372): Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools , labor, equipment and incidentals necessary , including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 49. PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE-LIME FOR STABILIZATION -INSTALL (810-00496): See Standard Specifications Item No . 210 , "Lime Treatment (Material Manipulation)" and Specification Item No . 212, "Hydrated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work . The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work . The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 50 . PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL (BID-00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift . All provisions of Standard Specification No . 312 .7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine · compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-21 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS the pavement in each direction until cores are obtained which are at least of specified thickness.i The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 51. PAY ITEMS -WALK-4 FT-INSTALL (BID-00530), CURB & GUTTER -INSTALL (B1D- 00423}i WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY- 6 INCH -INSTALL (BID-00404) Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-22 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . · No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading . The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per linear foot for "CURB & GUTIER -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per each for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The type of ramp shall be per plan and shall be called out in the Proposal item . Pay limits for " will start 15-inches back from the face of curb and encompass the remainder of the ramp and sidewalk . Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item . This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-23 of so SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Cpntractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 52 . PAY ITEMS -WALK -REMOVE (810-00529), CURB & GUTTER -REMOVE (810- 00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (810-00533), DRIVEWAY - REMOVE (810-00402), AND PAVEMENT-CONCRETE -REMOVE (810-00457): These items include removal of existing concrete sidewalks, driveways, steps , leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item . 53. PAY ITEMS -WALK -STEPS -REMOVE (810-00537) and WALK -STEPS - INSTALL (810-00536): See Standard Specification Item No. 516 , "Concrete Steps" for specifications governing this item as well as Detail SM-3. The price bid per square foot for "WALK -STEPS -REMOVE" and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps. 54. PAY ITEMS -FENCE -REMOVE (810-00127), FENCE -INSTALL (810-00126), AND FENCE-CHAIN LINK -INSTALL (810-00128): This item shall include the removal and reconstruction (or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 55 . PAY ITEM-CURB & GUTIER-7 INCH W/ 18" GUTIER-INSTALL (810-00426): All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsidiary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . City of Fort Worth , Texas Special Provisions For Street and Stonn Dra in Improvements PMO Release Date : 07/28/2 010 Page SP-24 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mix ing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 56 . PAY ITEMS -MAILBOX -REMOVE (BID-00408) and MAILBOX -INSTALL (BID- 00407) This item includes the removal and reconstruction of existing mailboxes within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items . Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 57 . PAY ITEM-FILL MATERIAL-BORROW-INSTALL (00543): (OMIT) 58 . PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL (810-00473): This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing , asphalt pavement , concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete ", Item No . 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 59 . PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALL (BID- 00101 ): (OMIT) 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-25 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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). Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at ·least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-26 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (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. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works . The selected Contractor shall be 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 SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-27 of so SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS construction to assure effective and continuous water pollution control. The control$ may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes , interceptor swales, sediment traps and basins , pipe slope drain , inlet protection, stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . 61 . PAY ITEM -TRAFFIC CONTROL-INSTALL (810-00181): The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29, 30 and 31 . Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed , signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign , instructional sign, street name sign or other sign , which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design , and / or installation and maintenance of the traffic control plans . City of Fort Worth, Texas Speci al Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-28 of so SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 62. PRE BID ITEM ·-SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint , painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades or as d irected by the ENGINEER and in place at the project site upon commencement of construction . The work, which includes the painting of the signs , installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment,, tools and incidentals necessary to complete the work . 63 . PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" 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 . 64 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES (BID-00847): City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improve ments PMO Release Date: 07/28 /20 10 Page SP-29 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Contractor will be responsible for adjusting water valve boxes to matqh new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equ ipment , tools and incidentals necessary to complete the work . 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849): This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No . 450 shall apply except as follows : Included as part of th is pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic seal ing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . 67 . PRE BID ITEM -METER BOX-ADJUSTMENT -SERVICES (BID-00848): This item shall include raising or lowering an existing meter box to . the parkway grade specified . No payment will be made for existing boxes, which are within 0 .1' of specified parkway grade. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . 68 . NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12 , 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2 . (11) "Joint Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET-AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH , and Item 2 .210 "Joint Sealing " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2 . MATERIALS City of Fort W orth , Texas Specia l Provisions For Stree t and Storm Drai n Im provem ents PMO Release Date: 07/28/2010 Page SP-30 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2 .1 The silicone joint sealant shall meet Federal Specification TI-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements . 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corn ing Corporation, M idland , Ml 48686- 0994 , or an approved equal. Self-Leveling Silicone Joint Sea lan t Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min . 96 to 99 MIL-S-8802 Extrusion Rate , grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max. 60 **** Cure Time , days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED- ASTM D 412, Die Mod . Elongation, % min . 1400 ASTM D 3583 Modulus @ 150% Elongation , ps i max. 9 (Sect. 14 Mod .) ASTM C 719 Movement , 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete , % Elongation m i n. 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and po lyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowi ng to the bottom of the jo int. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall City of Fort Worth , Texas Speci al Provisions For Street and Storm Dra in Improve ments PMO Relea se Date : 07/28 /2010 · Page SP -31 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions. 1 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1 /4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned , and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4 . EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows : 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4 .3 High Pressure Water Pump : The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4 .5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-32 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes . Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. City of Fort Worth , Texas Special Provisions For Street and Stom'l Drain Improvements PMO Release Date : 07/28/2010 Page SP-33 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6 . WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City . Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7 . BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness . 2 . Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense . B. Cracked Concrete Acceptance Policy. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work . If the recommended remedial work is routing and sealing of the cracks to protect the subgrade , the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period . The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City , regardless of the cause of the cracking. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-34 of so SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS If remedial work beyond rout ing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking . If agreement is reached that the cracking is due to deficient materials or workmanship , the Contractor shall perform the remedial work at no cost to the C ity . Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determ ined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship , the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking , and the Contractor will perform that work at the agreed-upon price if the City elects to do so . If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking , the City may hire an independent geotechnical engineer to perform testing and analys is to determine the cause of the cracking . The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City . The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechn ical investigation over and above the amount that has previously been escrowed . Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request , will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 70. NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM-SPRINKLING FOR DUST CONTROL: City of Fort Worth , Texas Special Provisions F'or Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-35 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 72. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc . shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . 73 . NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall'be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution . 74. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-36 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 75 . NON-PAY ITEM -PROJECT SCHEDULE : Before commencing any work under this contract , the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification . b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. 75 .(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 greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-37 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS c . Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to acbieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this ----contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5 . Shop fabrication and delivery 6. Erection and installation 7 . Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable : • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-38 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS • 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. 75(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. 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents . TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following : 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: City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-39 of so SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS :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. 77. NON-PAY ITEM-NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 78. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No ., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office~ All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 80 . NON-PAY ITEM -WASHED ROCK: City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-40 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Reta fned 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T .M. Designation C-131 . 81. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item . 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The 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. 83. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section . No other compensation will be provided. 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/26/2010 Page SP-41 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 IJcensed to practice in the State of Texas . Failure to acqu ire the proper perm it 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. 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL {FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats , jute netting , temporary seeding , straw mulch , asphalt mulch , plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion contro l measures placed in front of inlets , or in channels, drainageways or barrow d itches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels , drai nageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. C . CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to d irect the CONTRACTOR to provide temporary pollution-control measures to prevent contam ination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins , slope drains and use of temporary mulches, mats, seeding or other control devices or methods d i rected by the ENGINEER as necessary to control soil erosion . Temporary pollution- control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The ENGINEER will limit the area of preparing right-of-way, clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching, seeding, and other such City of Fort Worth, Texas Special Provisions For Stree t and Storm Drain Improvements PMO Relea se Date : 07/28/20 10 Page SP-42 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the ENGINEER. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 1. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams . 2 . When work areas or material sources a~e located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier _tq_ keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 3. All waterways shall be cleared as soon as practicable of false work, piling, . debris or other obstructions placed during construction operations that are not part of the finished work. 4 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. D. SUBMITTAL:· Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 87 . PAY ITEM-HEADWALL-INSTALL (BID-00069) See Standard North Central Texas Council of Governments Standard Specifications Section 803 .3 for specifications governing this item as well as Standard Details SD-017 and SD-018. 88. PAY ITEM-PIPE 24" -CL Ill -INSTALL (BID-00082) City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-43 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS See Standard Specification Item No. 440 , "Reinforced Concrete Pipe" for specifications governing this item. All provisions of Standard Specification No. 440.5 "Payment" shall apply except as modified herein: 1) Excavation and backfill shall be included in the unit price for this item. There will be no separate pay item for excavation and backfill as it relates to this pay item . 89. PAY ITEM-RETAINING WALL-REMOVE (BID 00412) See Standard Specification Item No . 104, "Removing Old Concrete" for specifications governing this item . All provisions of Standard Specification No . 104 .2 "Construction Methods" shall apply except as modified herein : 2) All retaining walls shall be included and subject to these provisions. All provisions of Standard Specification No. 104.3 "Measurement" shall apply except as modified herein : 90. 1) Measurement of existing concrete retaining wall to be removed shall be by linear foot regardless of other dimensions. PAY ITEM -SIGN-ADDRESS ON CURB -INSTALL (BID-00003) This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract. Contractor shall complete the painting of house curb addresses within ten (10) working days from the day of completing the HMAC overlay on any street, if the contractor fails to complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. 1. All materials shall be of recent product, and suitable for its intended purpose. 2. Surface preparation and application shall be in strict compliance with manufacturer's recommendations. 3. The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. 4 . The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. 5. The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by Kwal Paint or approved equal. 6. The minimum size for the background shall be 6" high x 16" long, and the minimum size for the letters shall be 4" high . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-44 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The unit price bid, per each, will be full compensation for all labor, material, tools, and \ incidentals necessary to complete the work. 91. PAY ITEM-RIPRAP-6 INCH -INSTALL (BID-00097) AND RIPRAP-GROUTED-< THAN 18 INCH ROCK-INSTALL (BID-00098) See Standard North Central Texas Council of Governments Standard Specifications Section 803.3 for specifications governing this item. 92. PAY ITEM -PAVEMENT-2 INCH MIN OVERLAY -REPLACE (BID-00445) This item includes asphalt for overlay at a minimum of 2 inches thick and edge milling as required to match existing pavement. Following Testing Procedure consistent with procedure outlined in SP 50 PAY ITEM - PAVEMENT - 6 INCH HMAC -INSTALL. 93. PAY ITEM -PAVEMENT-2 INCH-SURFACE COURSE-TYPE D MIX -INSTALL (BID-00447) All applicable provisions of TxDOTs "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work of pay items No . 29 & 30 . The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced): • Under Item 340.2, Materials, A. Aggregates : The surface aggregate classification (SAC) shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness, Micro-Deval and all other aggregate quality tests listed in Table 1. RAP will not be allowed, for use, in surface course Type "D" mix. • Under Item 340.2, Materials, D. Asphalt Binder: Fumish performance-graded PG 64-22 for H.M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4, Construction, The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications and approved mixture design. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-45 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The sampling and testing of the materials shall be made at the expense :of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer. Samples will be taken for determination of asphalt content, aggregate gradation, and maximum theoretical specific gravity as determined by the Engineer. For each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 300-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in-place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by an AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340 . The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F) tests shall be waived. The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms . The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job-Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4, Construction, J. Ride Quality: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. • Under Item 340.5 Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt , aggregate and additives . C ity of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-46 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS • Under Item 340.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid per square yard, for "Dense-Graded Hot Mix Asphalt (Method)". 94. PAY ITEM -PAVEMENT-8 INCH-PULVERIZATION -REHAB (BID-00454) All applicable provisions of TXDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, And Bridges" Item No . 275 "Cement Treatment (Road Mixed)" (referenced) shall govern the work. The City will perform quality assurance tests and checks on the paving project materials during construction to ensure compliance with the specifications . The sampling and testing of the materials...shall be made at the expense of the City . In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor , as directed by the Engineer. Pulverization shall begin within ten (10) working days from the day of completing concrete paving . If the contractor fails to begin the work within ten (10) working days, $100 dollars liquidated damage will be assessed per day. Contractor shall pulverize the existing pavement to a depth of 8-inch . After pulverization is completed, Contractor shall temporarily remove and store the 8-inch deep pulverized material, then cut the base 2-inch to provide place for the new 2-inch H.M .A.C. surface. The 2-inch base cut shall start at a depth of 8-inch from the existing pulverized surface . After the undercut operation is completed, the temporarily stored 8-inch deep pulverized material shall be returned to the excavation . The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the engineer. After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade. Samples of the pulverized material will be tested for gradation as directed by the engineer. Testing will be at a minimum of one test per 200 linear feet per lane. The unit price bid per square yard of pavement pulverization shall be full compensation for all labor, material, equipment, tools and incidentals necessary to complete the work. 95. PAY ITEM-SUBGRADE-CRUSHED STONE-INSTALL (BID-00494) The material shall be graded crushed stone. City of Fort Worth, Texas 'Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-47 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS All applicable provisions of TxDOT's "Standard Specifications for :Construction and Maintenance of Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern this item. The unit price bid, per square yard, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . 96 . PAY ITEM-SUBGRADE-FLEXBASE -INSTALL (BID,-00495) The material shall be graded crushed stone . All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges", Item No . 247 "Flexible Base", shall govern this item. The unit price bid, per square yard, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . 97. PAY. ITEM -PAVEMENT-CEMENT MODIFICATION-26 LB/SY -INSTALL (BID- 01120) Within five (5) working days from the day of completing the pavement pulverization, portland cement shall be applied to the pulverized material at a rate of (26 pounds per square yards, 8-inch in depth). If the Contractor fails to complete the work within five (5) working days, $100 dollars liquidated damage will be assessed per day. The Engineer or his authorized representative will observe the cement treatment and collect delivery tickets from each transport truck . Cement quantities used will be verified, with respect to areas being treated. Cement shall be applied only to such an area that all the operations can be continuous and completed, in daylight, within six (6) hours of such application. The Contractor shall blade to grade and compact the pulverized cement treated material to 95% of the maximum density as determined in accordance with TXDOT's standard specifications stated above or as directed by the engineer in the field. After the cement treated base has cured for forty eight (48) hours, provide machinery (minimum 12 ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline cracks "micro-cracks". Amplitude of vibrating will be at the discretion of the engineer or his authorized representative. Micro-cracking will be used to reduce shrinkage cracking in the cement treated material and reduce reflective cracking through the asphalt cement surface overlay. Roller shall be in accordance with TXDOT's "standard specifications for construction and maintenance of highways, streets, and bridges" item no . 210 "rolling" (referenced). Operate roller at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are required to create the micro-cracks. One pass is down and back . The contractor shall then prime the micro-cracked surface prior to overlaying with 2 inch H.M.A.C . surface course. The work shall be in accordance with TXDOT's "standard City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-48 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS specifications for construction and maintenance of highways, streets, and bridges" item nos. 300 "asphalts, oils, and emulsions" (referenced), 310 "prime coat" (referenced), and 340 "dense-graded hot-mix asphalt (method)" (referenced). The 2-inch H.M.A.C. surface will be paid under 2-inch-surface course-type "d "mix. The contractor shall complete micro-cracking, priming and overlaying the pulverized street within five (5) working days from the day of the cement treated base has cured and approved by the engineer. If the contractor fails to complete the work within five (5) working days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per ton of cement modification shall be full compensation for all labor, material, equipment, tools , and incidentals necessary to complete the work . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-49 of 50 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhe<\d) Date: ----- CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: --------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU 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 FLYER HANDY WHEN YOU CALL. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-50 of 50 City of Fort Worth, Texas Mayor and Counci·I Communic~tion 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 aaopt 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 contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing 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) - HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RATES 2008 Air Tool Operator I Asphalt Distributor Operator I Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flae:e.er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade -Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Roue.h Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraoer Ooerator Servicer Slip Form Machine Ooerator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Lie.ht Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill , Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $1 I.OJ $ 8.80 $14.15 $ 9.88 $13.22 $12 .80 $12 .85 $13.27 $12 .00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12 .62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16 .29 $11.07 $10.92 $] 1.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 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 of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st 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 I I th 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. (t) 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. TYPEG non-walking surfa ce if dropoff is not protected 2' min . run at 8 .3% WITH DETECTABLE W ARNING SURFACE TECTABLE \RNI NG S URFACE COMBINATION CURB RAMPS ~ :e TYPEF Planting or other non----.. walking surface if dropoff I is not protected RAMP I 4'x4· lANDING I SLO PE 1":12" §5if®:f} \:.,;. · .. , .(1 3"SAND SECTION D-D (TYP ICAL RAMP SECTION) O"MIN CURB LINE C E ,.,. Ramp 4'min x 4' 1 Side Shared • f ••• : : : • t".'.!dJ~9 •• ........ 8.3% G·cuRB DETECTABLE WARNING SURFACE Ramp Limits of Payment Ramp Limits of Payment I I RAMP WIDTH I I 4'MJN. COMBINATION CURB RAMPS G\· ... ·,r-~ S-~~~I~~ ~-E . z 3" SAND CONTRACTION -JOINT (TYP.) URNED CURB) LINE USED ONLY w/CITY APPROVAL I TYPEE I Ramp Limits of Payment GENERAL NOTES FOR DETECTABLE WARNINGS ON SIDEWALK RAMPS (CURB RAMPS) 1. Curb ramps must contain a detectable warning surface that consists of raised truncated domes complying with Section 4 .29 of the Texas Accessibility Standards (T AS). The surface must contrast visually with adjoining surfaces, including side flares . Furnish dark brown or dark red detectable warning surface adjacent to uncolored concrete, unless specified elsewhere in the plans. • !Landing ~ Detectable warning surface (Domes to run parallel to edestrian travel) 2 . Detectable warning surfaces must be slip resistant and not allow water to accumulate. 3. Align truncated domes in the direction of pedestrian travel when entering the street. 4 . Shaded areas indicate the approximate location for the detectable warning surface for each curb ramp type. 5 . Detectable warning surfaces shall be a minimum of 24" in depth in the direction of pedestrian travel , and extend the full width of the curb ramp or landing where the pedestrian access route enters the street [ 000000000 000000000 ~ 000000000 N 000000000 000000000 Typical placement of detectable warning surface on sloping ramp run . DETAIL "A" Denotes planting Side flare (Typical) Face of curb 6. Detectable warning surfaces shall be located so that the edge nearest the curb line is a minimum of 6" and a maximum of 8" from the extension of the face of curb . Detectable warning surfaces may be curved along the comer radius . or non-walking Detectable s~~a;;:; • • • ; : : 1i ,.,. ,, .,, .,:" ",,.-.. w.aming surface 7 . The following is an approved list of Cast-In-Place Detectable Warning Materials and their manufacturers: 7a. Annor Tile (vitrified polymer composite) by Engineered Plastics, Inc., Williamsville, NY. 7b. Tactile Pavers (fired clay pavers) by Pine Hall Brick, Winston-Salem, NC. .. .. .. "• ::•,. . 8.3% 8.3% 7c. Detectable Warning Paver (fired clay pavers) by Western Brick Co., Houston. TX. 7d. Tek Way Dome-Tile (concrete-based) BY Strong G. Industries (LLC). Tucson, AZ.. -i ~1Landing !j ~ :~~ - 7e. Cast-in-Place Tile (glass and carbon reinforced composite) by ADA Solutions, Inc., North Billerica , MA. qli ggggggggg 000000000 NOTE: ALL RAMPS ARE MIN. 4' WIDE. Ramp Limits of Payment 4' x4' TYPEH LANDING PERPENDICULAR RAMP @ FLUSH LANDING 8 . The above list of Detectable Warning Materials or N E 000000000 000000000 '--their approved equal shall be used as the Detectable Warning surface on sidewalk (curb) ramps as shown on the plans and Typica I placement of detectable \_ 6" min warning surface on landing at B"max or details on this sheet. street edge . DETAIL "B" SIDEWALK RAMP (CURB RAMP) GENERAL NOTES 1. All slopes are maximum allowable. The least possible slope that will still drain properly should be used. Adjust curb ramp length or grade of approach sidewalks as directed . 2. The minimum sidewalk width is 4'. 3. Landings shall be 4'x 4' minimum with a maximum 2% slope in any direction. 4 . Maneuvering space at the bottom of curb ramps shall be a minimum of 4'x 4' wholly contained within the crosswalk and wholly outside the parallel vehicular travel path . 5 . Maximum allowable cross slope on sidewalk and curb ramp surfaces is 2%. 6. Curb ramps with returned curbs may be used only where pedestrians would not normally walk across the ramp , either because the adjacent surface is planting or other non-walking surface or because the side approach is substantially obstructed . OthelWise, provide flared sides. 7. Details on this plan apply to all construction or reconstruction of streets, curbs , or sidewalks 8. To serve as a pedestrian refuge area , the median should be a minimum of S' wide . Medians should be designed to provide accessible passage through them . 9 . Curb cut ramps are to be located as shown on the plans or as directed by Engineer. 10. Crosswalk dimensions, crosswalk markings and stop bar locations shall be as shown elsewhere in the plans. At intersections where crosswalk markings are not required , curb ramps shall be aligned with theoretical crosswalks , or as directed by the Engineer. 11. Existing features that comply with T AS may remain in place unless changed on the plans . 12 . Ramps shall be provided at all comers of street intersections where there is existing or proposed sidewalk and curb. Ramps shall also be provided at walk locations in mid-block in the vicinities of hospttals, medical centers, and stadiums. 13. Surface texture of the ramp shall be that obtained by a course brooming, transverse to the slope of the ramp except at detectable warning surface areas. See details A and B. 14. Separate curb ramp and landings from adjacent sidewalk and any other elements with premold or board joint of 3/4 " unless othelWise directed by the Engineer. 15. Provide a smooth transttion where the curb ramps connect to the street. 16 . Curbs shown on this sheet within the limits of payment are considered part of the curb ramp for payment, whether it Is concrete curb, gutter, or combined curb and gutter. 17 . Flare slope shall not exceed 10% measured along curb line and where pedestrians could walk across the ramp, then Maximum slope shall be 1 :12. (8 .3 %). 18. Sidewalks shall be ramped where the driveway curb is extended across the walk. 19. tf possible , drainage structures should not be placed in line with ramps. Location of the ramps should take precedence over location of the drainage structure. \_Face of curb \\"oo==\ A LL RAMPS/LANDINGS 20. The normal gutter hne profile shall be matained through the area of the ramp . ~ I . . . . DETECTABLE i "''"'" '"'"" STREETS ~ED CURB) Jrtl FLUSH LANDING TYPED PAVEMENT Ramp UmH:s of Payment CUT THROUGH AT MEDIAN ISLANDS REINFORCEMENT AS IN ADJAC ENT CURB AND GUTTER SECTION G-G (TYPICAL RAMP SECTION) FLARE 4'MIN. 1":12" SLOPE RAMP SECTION H-H (TY PICAL RAMP :lECTION) ' 21 . The actual limits of existing curb and gutter and sidewalk shall be directed by the engineer in 22. to'iiC~~on Joints, expansion joints and silicone sealing shall be subsidiary to unit price bid for sidewalks and ramps . Tstrip W cut through is greater than -4' Fl length . Otherwise place dete ctable warning on the entire surface of cut through . Ramp Limits of Paym ent SIDEWALK RAMP DETAILS L stop Ba r RONNIE R. VAR NELL oi.TE. 2-19,..07 FORT W ORTH, TEXAS DESIOtED 9Y , ~TE: JOE RAOENZ 2-09--07 ., ·- COMPACTED SUBGRADE 2~ SCH. 40 PVC WEEP HOLES AT 10·-o· cc CONS1RUC110N JOINT (OPT) PAID f"OR AS CONCRETE SIDEWALi< PER -- SQUARE FOOT B" ...._ 1'-8" ..._ PAID FOR AS CONCRETE RETAINING WALL PER CUBIC Y/\RD 10" TO 4-' MAX. NO"TES: 1. COMPACT SUBGRADE TO 95% STD. PROCTOR. 2. All. EXPOSED EDGES TO BE CHAMFERED. J . JOINTING ON WALL TO MATCH J01N11NG ON SIDEWAU<. 1 CUBIC FOOT OF FREE DRAINING AGGREGATE WRAPPEO IN FILTER FABRIC (SUBSIDIARY TO WALL) fQBTWOBTIJ CrrY OF FORT WORrn ___,.....--lEXAS J1)07 CUIIO"\. llmTAL PIIOJEOl' CONCRETE RETAINING WALL WITH SIDEWALK (COUN.cn. lllS1111CT 9} -PART IV -GllCUP 11C HH AVENUE (W 8Sl,l,l1f£ ST 1'0 W M!UII010tl A\'£) s Ul<E SlllEET (W MADDOX AVE TO YI 1'ACNllUA ,\YI:} HtNDERSIOH S'IRtEI' (ll'ff1'11.E ST TO W MAONOLli\ I\W) NOT TO SCAI.E m _ ... __ ..__,_, ________ ._ ______ ------------------------------------- er., .., ,=, r,...:, = r,...:, = = ...p,.. °' ,=, :s::: c,c :::0 0 ::E = I<'<> I ' ~ \> -< • .., = G> = .., .., :::0 er., =,..-p +" =, '::= 1, ,=, I LU " LU ~I ::J I ~ ffi I a. 0 0:: a.. SIDEWALK WATER MAIN BEHIND CURB El-17 MATERIAL EZ-17 CONSTRUCTION CURB PAVEMENT MATERIAL LIST WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE , 6" ABOVE GROUND © STANDARD CURB STOP & go· ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL • ,. 1, .. , • DATE: FEB. 2009 WTR-001A CURB PAVEMENT © IT MATERIAL UST J j j_ r;:-. STANDARD CORPORATION ~TTT-1==,..,.-r===:,.,.-;;l~I I \..t::) 111 ffi ffi @ FLARE CONNECTION TO CORPORA110N ®@® © CD ® r :::-:e-:--~~ L.. ® BRONZE METER FLANGE @ BRONZE METER FLANGE (fL.G. TO M.I.P.) BRONZE METER FLANGE WATER MAIN IN STREET © COPPER TUBING (TYPE K) ® CD HOR IZONTAL TYPE CHECK VALVE (FEM. J.P . TO FEM. 1.P.) EQUAL TO CRANE NO. 20 COMPLETE WITH PIPE PLUG E1-17 MATERIAL. E2-17 CONSTRUC~ON @ FL.ARE CONNECTION & 90" EL.BOW © ANGLE VALVE (FEMALE I.P . TO FLG.) Q) 10 MIL. BLUE VINYL. TAPE 3" WIDE, END OF SERVICE TO 6" ABOVE GROUND. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-001B .. \ l •. NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED . WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I .>--..a... 4.-a1-~ I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 i-----H----IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. {SEE DETAIL WTR-003) 11----MCKINLEY IRON ANO STEEL CO., NO. YB5 THREE PIECE VALVE BOX OR APPROVED EQUAL. ,___--GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE: FEB. 2009 WTR-002 2" ia SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH. 1 "16 SOLID ROUND STOCK 2"12! SQUARE STOCK W/ 1" DIA. HOLE DRI LLED THROUGH. 2~"¢ TUBING W/ ~-THICK WALL Js"x45° CHAMFER VARI ES 2•.,'!\ -o NOTES : 1: 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETTER. 2. 2'2" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER . 3. ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS . CITY OF FORT WORTH, TEXAS VALVE STEM EXTENSION DATE: FEB. 2009 I WTR-003 COLlAR CONFIGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP . CASE 1 CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHA LL BE 8" THICK (REBAR REQUIRED) Et-20, E1 -21 MATERIAL E2-20, E2-21 CONSTRUCTION 2'-0" r , ~J;:t:;!~ I I I I I I I I I I ll I .. SECTION A-A COLLAR CONFIGURATION FOR UNPAVED AREA A J 0 I N 3" TYP . G) REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 GATE VALVE CONCRETE COLLAR WTR-004 CONCRETE BLOCKING 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB CONCRETE BLOCKING FIRE HYDRANT EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUMB EXISTING OR PROPOSED CURB BREAKER RING w/ 1 BREAKER STEM PAVEMENT OR OTHER SURFACE M.J ANCHOR TEE OR M.J. ANCHOR COUPLING E1 -12 MATERIAL E2-12 CONSTRUCTION z ~ 6" M.J. GATE VALVE '--' 6 " FIRE HYDRANT <f LEAD LINE n • PARKWAY <O -~-EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY .4-+++--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE ~-.-H----_____i:;.~-;±--CONCRETE BLOCKING :;.-;;,=;;o.-CONCRETE REST EXISTING OR PROPOSED nC-"-U'""RB"-T,-....,_-.-....,....--,.,......-~,................,....,,...,..,...+,- CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT 12"x12"x6" CONCRETE BLOCKING BOTTOM REST DATE: FEB. 2009 WTR-006 M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUlLET w/ BRANCH ON 0% GRADE WATER MAIN -----+--- go· BEND. ROTATE DOWN OR UP AS NECESSARY >K='---RESTRAINED GATE VALVE ----RING CONNECTION LEAD SAME SIZE AS SMALLER MAIN NOTE: PLAN PROVIDE VERTICAL TIE DOWN BLOCK AS NECESSARY M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUlLET w/ BRANCH ON 0% GRADE WATER MAIN go· BEND, ROTATE AS NECESSARY E2-25 CONSTRUCTION 45" BEND SLEEVE MIN. MIN . ELEVATION CITY OF FORT WORTH, TEXAS TYPICAL RING CONNECTION NOTE; WATER MAIN OVER OR UNDER AS THE CASE MAY BE M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUlLET w/ BRANCH ON 0% GRADE M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE PROVIDE VERTICAL & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED DATE: FEB. 2009 WTR-007 NOTE : BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE. 3000 PSI CONCRETE (TYP .) * DIMENSION "X'' MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE "x· 11.25' 22.5' 45· 90' PIPE MIN . MAX MIN . MAX MIN. MAX MIN. SIZE (FT .) "A" AREA VOL ,.8,,. AREA VOL ·c· AREA VOL HOH AREA 4• 1.0 0 .90 0.80 0.05 0 .95 0 .90 0.05 0.95 0.90 0.05 0 .91 0 .82 6 " 1.5 0 .90 0 .80 0.05 0 .95 0.90 0 .05 1.05 1.10 0.05 1.73 1.99 8 " 1.5 0 .90 0.80 0 .05 0.95 0.90 0 .05 1.41 2 .00 0.05 1.86 3.47 10· 1.5 0.90 0.80 0.05 1.26 1.60 0 .05 1.79 3 .20 0.10 2.18 5 .62 12 · 1.5 1.10 1.20 0.05 1.48 2.30 0.10 2 .14 4.50 0 .20 2 .83 8.00 16" 2.0 1.41 2.00 0.10 2.00 4.00 0 .10 2 .83 8.00 0.40 3 .75 14.10 20· 2.0 1.77 3.10 0 .20 2 .54 6 .20 0 .30 3 .52 12.40 0.60 4.70 22.00 24" 2.0 2.14 4.50 0 .25 3.00 9.00 0.50 4.25 18.10 0 .95 5 .65 32.00 30" 2.5 2.66 7.10 0 .55 3.78 14.20 1.00 5.30 28.20 1.75 7.05 49.80 36" 2 .5 3 .33 10.00 0.75 4.50 20.40 1.40 6.36 40.80 2.65 8.50 72.00 42" 3 .0 3.72 13.80 1.20 5.25 27.60 2 .20 7.41 55.30 4.10 9.90 97.50 48" 3.0 4.38 18.30 t .60 6.00 36.00 2 .90 8.48 72.00 5.40 11.14 126.50 54" 4.0 4.0 22.50 4 .0 6.70 45.00 7.00 9.40 88.00 10.00 13.00 162.00 NOTES: MAX VOL 0 .05 0 .05 0.10 0.20 0 .30 0.65 1.15 1.85 3.40 5 .10 7 .90 10.40 16.00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS . VERTICAL DIMENSIONS OF ALL BLOCK BEARING A RE AS SHALL BE ID ENTICAL TO THE HORIZONTAL DIMENSION SHOWN . Et-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING TEE & PLUG MIN. MAX "E" AREA VOL 1.16 0 .58 0.05 1.19 1.41 0.05 1.57 2.46 0.10 1.99 3.98 0 .15 2.38 5 .56 0.20 3 .16 10.00 0.50 3 .94 15.55 0.75 4 .76 22.60 1.05 5 .91 35.33 2.10 7.20 51.00 2.95 8 .30 69.00 4.75 9 .50 90.03 6 .1 5 10.70 115.00 12.00 DA TE: FEB. 2009 WTR-008 3000 PSI CONCRETE BELL-BELL BEND -1~]- TRENCH WIDTH: 1. PIPE 24" 1.0. AND SMALLER = 24" OR O.D. + 12" WHICHEVER IS GREATER. 2. PIPE LARGER THAN 24" = 0.D. OF PIPE + 18". 3. CRADLE SHALL EXTEND A MIN. OF 6" BEYOND EACH SIDE OF PIPE. j_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI CONCRETE KEEP A MIN. OF 1'-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS OF 1'-0" AS DETAILED. El-20 MATERIAL E2-20 CONSTRUCTION M.J.-M.J. BEND MECHANICAL JOINT BELL AND SPIGOT JOINT CITY OF FORT WORTH, TEXAS CONCRETE CRADLE MAIN NOTE: WHEN CRADLE IS SHOVJN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITIING SHALL BE CRADLED. DA TE: FEB. 2009 WTR-009 CLASS "8" (2500 PSI) CONCRETE #4 STEEL BAR t NOTE : m t KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ,-... z C, Q:'. ~ 8 w ::t -<( 0 _J -<( z ~ 10 0 z w a.. a:: 12 *VOL. REQ'O . (C.F.) A (FT.) B {FT.) C (FT.) *VOL. REQ'D. (C.F.) A (FT.) 8 (FT.) C (FT.) *VOL . REQ'O. (C.F.) A (FT.) 8 (FT.) C (FT.) *VOL . REQ'O. (C.F.) A (FT.) 8 (FT.) C (FT.) BENDS go· 45· 22.5' 39.99 21.64 11.03 2.50 1.42 1.00 4 .00 3.88 3.36 4.00 3.88 3.36 71.09 38.47 19.61 2.83 1.67 1.50 5.00 4.80 3.66 5.00 4.80 3.66 111.07 60.11 30.65 3.25 1.92 1.75 5 .90 5 .60 4.25 5.90 5.60 4.25 159.94 86.56 44.13 4.17 2.42 1.42 6.20 6.00 5.54 6.20 6 .00 5.54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11.25' 5.54 0.75 2.75 2.75 9.85 1.00 3.20 3 .20 15.40 1.50 3.25 3.25 22.17 1.25 4.20 4.20 THRUST ON THE RESPECTIVE BENDS UNDER AN IN TERNAL PRESSURE El -20 MA TERI AL E2-20 CONSTRUCTION OF 150 PSIG AT THE RA TE OF 150 LB. WT. PER CUBIC FEET OF CONCRE TE. CITY OF FORT WORTH, TEXAS EXAMPLE A . VERTICAL TIE-DOWN BLOCK DATE : FEB. 2009 WTR-010 NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS . El-20 MATERIAL E2-20 CONSTRUCTION u = #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE: FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. CITY OF FORT WORTH, TEXAS EXAMPLES VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-011 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 AND WTR-012 VJITH "WATER" CAST IN UD. E1 -11 MA TERI AL E2-11 CONSTRUCTION 1" COPPER (D 1" AIR RELEASE VALVE, 2 EA. CLOSE NIPPLES, 2 EA . 1r LENGTH COPPER OR BRASS RISERS, 2 EA. GATE VALVES, AND 1 EA. TEE. @ L 1'4" x 1~'' x '4" x 46" WITH 1 EA. %" DIA. U-CLAMP. EACH END OF ANGLE TO BE BOLTED TO FLOOR SLAB WITH W LAG BOLTS. ANGLE TO BE TREATED WITH 2 COATS OF PRIMER PRIOR TO INSTALLATION. Q) 12" OR 16" WATER MAIN WITH THREADED INSULATOR TAP. NOTE: REFER TO DETAIL WfR-014 AND WTR-015 FOR VAULT MATERIALS AND DIMENSIONS. CITY OF FORT WORTH, TEXAS 1" COMBINATION AIR AND VACUUM RELEASE VALVE LOCK BOX DATE: FEB. 2009 WTR-013 El-7 MATERIAL E2-7 CONSTRUCTION G) (?) @ © BACKFILL AS APPROPRIATE 6'" MIN. DIMENSION. 6" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. G) 6'" MIN. DIMENSION . MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOS ES WHEN BID PER CUBIC YARD. CLASS 'E' (1500 PSI) CONCRETE. CONCRETE ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT, AND WHEN ENCASING CONCRETE PRESSURE PIPE, FULL LENGTHS OF PIPE SHALL BE ENCASED , JOINTS EXCLUDED . CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 WTR-016 L EXISTING ~WER LINE -==r:===a PROPOSED WATER MAIN G) VARIABLE TRENCH WIDTH. PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, {REF . E2-2.16), PLUS FOUR FE ET {4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION . A MINIMUM BEARING OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH . @ SEWER LINES LESS THAN TWELVE INCHES (12") IN DIAMETER SHALL BE REPLACED WITH CLASS 150 CAST IRON PIPE. THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COATING A.W .W.A. (l) C-900, CONCRETE PIPE OR SDR-26, AS DIRECTED BY THE ENGINEER , SHALL BE MADE WITH URETHAN E OR NEOPRENE COUPUNG ASTM C-425 SERIES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS. © THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18Q). E1-7 MATERIAL E2-2 CONSTRUCTION . CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE REPLACEMENT DATE: FEB. 2009 WTR-018 EXISTING SURF'ACE CD A---, 1)2" TY?. 1 r .3" TYP . EXISTING . SEWER LINE _l_l #6 GAUGE WELDED Vv1RE MESH, LENGTH OF' ENCASEMENT MINUS 3" I u:, OUTSIDE DIAMETER OF BELL 12" C/C TYP. PROPOSED WA 1!R MAIN SECTION A-A G) VARIASLE TRENCH WIDTH. CLASS '8' (2500 PSI) REINF'ORCED CONCRETE SUPPORT BEAM AND ENCASEMENT LENGTH SHALL BE MEASURED AS THE STANDARD TRENCH WIDTH, (REF'. E2-2, 16), PLUS FOUR FEET (4'), A MINIMUM BEARING OF' 24" ON UNDISTURBED EARTH SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. I Cg) CL.ASS '8' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A SUPPORT SEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12") DIAMETER AND LARGER, SEWER LINES LESS THAN iWELVE INCHES (12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE WNES, SHALL BE REPLACED 6Y DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED SY AFOREMENTIONED CONCROE ENCASEMENT. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE TRENCH CROSSING DATE: FEB. 2009 WTR-019 2"x*" BUSHING & *" SAMPLING TAP E2-24 CONSlRUCTION a It Oo I I Nin NOT£: ~2" GATE VALVE 2u SHORT NIPPLE 2 " TEE -----..--AflER STERIUZA TION REMOVE PIPING ANO INST All PLUG 2" COUPLING TO BE PLUGGED W/ 2" CJ. PLUG AFTER SAMPLING CONCRETE BLOCKING PER DETAIL WTR -008 CHLORINATION BLOWOFF ANO SAMPLE POINT FOR OEADENO WATER PIPING. CONTRACTOR IS TO FURNISH All lABOR AND MATERIALS. MATERIAL ~LL BE REMOVED AND RETAINED BY THE CONTRACTOR AFTER SATISFACTORY SAMPLES HAVE BEEN OBTAINED. * FOR SHORT STUB OUTS OF 5• ANO 8" (50' OR LESS). CITY Of FORT WORTH. TEXAS DA TE: FEB. 2009 END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT WTR-021 Q) @ @ NOTES: 6. BLIND FlANGE TAPPED 2• 'MTH 2• BRASS PLUG WllH C.C. THREAD. 125# PATTERN BllNO FLANGE ORJLLID ANO TAPPED FOR 6• BLIND FLANGE. 6• BLIND FLANGE ATTACHED Wl1H BRONZE BOLTS. GASKElS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. UfllNG LUGS SHALL BE PR0\1DID IN QUANTITIES SUfflOENT TO LOFT ANO HANDLE THE FLANGE AS A BALANCED LOAD. © ATTACH THE 125# PATTERN BLIND FLANGE WITH SlEEl BOLTS ANO BRONZE NUTS THEN CO\£R WITH CEMENT GROUT AFTER INSTALLATION. @ 125# PAffiRN FLANGE. UNLESS REQUIRED OlHERWISE. FLANGES AND BLIND fl.ANGES TO BE DESIGNED TO W11HST AND PRESSURE RATING OF PIPE. ® WYE BRANOf TO BE ONE SIZE LARGER THAN, BUT T APEREO TO STANDARD RUN NORMAL DIAMETER UNLESS Oll-lER'MSE SPEOflED. STANDARD RUN DIAMETER El--4-MATERIAL E2-4 COOSlRUCTION CiTY OF FORT WORTH. TEXAS STANDARD CLEANING WYE DA TE: FEB. 2009 WTR-022 FLOW LOOPED SYSTEM SLEE\'£ 1. INSTALL M.J. WYE AT ENO Of IMPROVEMENTS. 2 ; RECONNECT TO EXISTING USING M.J. SLEE \£. EXISTING GATE VALVE J . AFTER CLEANING \IJllH POLY-PIG. REMOVE a.EANING WYf.. NON-LOOPED SYSTEM FLOW El-7 MATERIAL E2-7 CONSlRUCTION 1. INSTAU. M.J. wY[ AT TERMINAL ENO OF MAIN . 2. PLUG THE STRAIGHT RUN Of THE WYE AS SHOWN . 3 . AFTER CLEANING \IJITH POLY-PIG, REMOVE CLEANING WYE. CITY OF FORT WORTH, TEXAS CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER DATE: FEB.2009 WTR-023 . MATERIAL$ @ STANDARD 1" CORPORATION (W/ TAP SADDLE VvHEN REQUIRED) ® © @ STANDARD 1" CURB STOP, 90 ELSOW & 1" x *" REDUCER 1" TYPE K COPPER SERVICE 1.INE Eclipse 111 No. 88 SAMPLING STA T!ON OR APPROVED EQUAL WI TH 12" DEF'TH OF' BURY @ 2'x2' CONCRETE PAO, CL.ASS 'B' CONCRETE (2500 PS I) W/ #4 REBAR @ 12" C-C EACH WAY: 3" MIN. CLEAR COVER WATER MAIN SEE WTR-001 A .30 11 MIN, . llilIES. I 1. BACKFlLI. TRENCH AREA WITH SANO. @ 2. PLACE SAMPLING STATION NEXT Tg POWER POL.E, ELEVATED TANK, STREET SIGN, TREE, OR F'IRE HYDRANT. J. Pi.ACE SAMPL.INO STATION WITH DOOR F'ACING STREET. 4. INSTALL SAMPLING STA110N ON "SHORT SIDE" OF STREET. t N J_ 5. VvHEN Pl.ACING STATION NEXT TO FIRE HYDRANT, DO NOT TAP F'IRE HYDRANT LEAD & MAINTAIN DISTANCE OF 4' FOR PROPER OPERATION OF' F'lRE HYDRANT. 6. IN LIEU OF' TAPPING MAIN, CONNECT TO EXISTING LAROE VAL. VE COPPER · RISERS VvHEN POSSIBLE. CITY OF FORT WORTH, TEXAS WATER SAMPLING STATION DATE: FEB. 2009 WTR-025 ! ,, ~" I ·[283mm)• j f I I I 3i COVER SECTION 12 ~ .. [327mm) %" LETTERING (RECESSED FLUSH) ,, ~II , ~,i I ·t2s9mm]' I J [4e!m] I 9 w· I ~ r , 2· [251~mj [305mm] ====~ --1 ,s ~.. • I [391mm] 18 ~" [476mm) sax $EC]QN 1 )fR [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL.. %" [16mm] 18" [457mm] 1 *~71 1-2 )f [ 44mm) ..L... [54mm) ~ T-:.j~.: [8mm) ? !(," [8mm] COVER SECTION 20 '' [508mm] I • 18 ~II I I [464mmj ::3 ~ , 1 · 16 *" . , I [425mm] ~ I I 21" ·I [533mm] 2411 [610mm 6Q~ ~i;;QIIQ~ *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DATE: Fea:200i "' .. · WTR-026 :: ~,: .. ·',:\ ·:··· -....--------::c:IS.55''.'":.==::::::==:::J TOft :'tl(W . or LID :: :::-:}:·\'>:;. : \\:·~·~):/'. :: . ,: .... • ........ . . ~, ... , .... .__ ( .:/}\;·. . r:.·.· .. . . -~: . .' • .. ·.· :;~: ~; .. : .' ... . . ! ..... . ... {. , ... :· . J:.r-· .. ···=48~::+c·:--.... ··1-_I· LIO 'tNOEttVAT/0~ · .. I ·,.··.· . :. \:-'_:,:: · . .....,...-+-'._ GAUGt . WCLOtD ':. : .. ,. ·\· ·._,::. w11:u; rR.a. Mi: _,. em Of PCl"T ·.-TIJiAp, WATER DEPARTMENT C LA:5S .",A" .~TD. eONCP.trE MtTtR eox .WITH <C; I. LIO> roR i.-tr MtTtR:s &CALC 1 ,A)::tH0"""'6·· ' -~ WTR-Ot:6A :f I .\:.. .--: I Ii . ~~ ~~ \ l[ 1 · I ft lf yy , " ll ff Tl! ,, .. .. "" ff 1f ff ~ ~ i ~ J ~ .I. :> ~) a: J ~ ~ ~ -· ¢ ~ I " :I:: 1ti ; ~ ! ~ \ " . • ft ft Wft 'l[ "" y ft UWft ft Yft w PLAN VIEW 26 14• [679m f ] 13 ~,. 11 13 ~" [337mm] II [337mm] COYER SECTION 30" [762mm] 27" [686mm] 1 14" [44mm] ' I 15 ¥ts" [386mm] 1 ~"R [R38mm] ! L 12" [305mm] 18" 15 ~e" [457mm] [392mm] LL \ ,, --- _J_ 3" [76mm] I -----4" [102mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. t 14" [356mm] ! L-..!:!:::::=:======::!:=====::!=::l::!.....J _l 1. 25" -I [6.35mm] BOX SECTION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 ~II & 2" METERS DATE: FEB. 2009 WTR-027 '/ ....... II" 1: '" """ ll"l'f w fl ' WW ·,r,r~ V) :.J • ~1 f~ 0::0:: 14 .>2" ~~ • %"_J 3::1: 5~ [368mm] ... L~ [16mm] ,~ "'[lrll ·11 rYYlf~ 'll ,vv ·w ,v "' .. . A :s ~ 2"R [R51MM] PLAN VIEW COVER SECTION 16 .>2" [419mm] 2 Ja"-i--~ [54mm] %" 1 )2'' :L 1 [10:'n:1 ~~ __j]38mm] .,, .. __JI SL :--i--716 --:;---] -Tl 6" _ . ] [8mm] [8mm] COVER SECTION 18 ~ .. ........ , • __ [47-9m_mJ __ • I _J_ a 20 ~.. • , [514mm] . L1 ~ .. [38mm] l 17" 18 %" [ 432mm] [ 467mm] L~·-, ...... J I 11 %" I • [298mm] • BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL BOX SECTION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS "C" STANDARD PLASTIC METER BOX FOR 2 • %11 METERS DATE: FEB. 2009 WTR-028 MINIMUM 6u INITIAL ---+44-,--,f~=- BACKFILL COVER MINIMUM 6 " --r--+H,~~~ EMBEDM ENT ----11-l-,.,..+--TYPE "c" BACKFILL SE E SPEC . E1-2 .4 G.C.D. ~'.Ji'i!.Mr--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1 -2 .3 G.C .D. WATER: SIZES UP TO AND INCLUDING 12" MINIMUM 6" INITIAL---.--- BACKFILL COVER : WATER -6" SAN. SEWER -12" --~.,..+--TYPE "c" BACKFILL SEE SPEC . E1 -2.4 G.C.D. ~$=i.1.J.L;=-~ CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. E1-2.4(b) OR E1 -2 .3 G.C .D. --m m'i~~~~~~w-CRUSHED STONE MINIMUM 6" SEE SPEC. E1 -2.3 EMBEDMENT G.C.D. WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES NOTE: SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. SAND GRADAllON • LESS THAN 10% PASSING #200 SIEVE • P.I . = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE 1 .. )f' #4 #8 RETAINED 0-10 40-75 55-90 90 -100 95 -100 MA TERI AL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1 -2 .3 Of THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF TH ESE ITEMS SHALL APPLY. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 EXISTING CURB TEMP . SERVICE---<M-1 2" GALV. PIPE TO F.H. OUTLET FOR TEMP ---WATER SUPPLY. lEMP. SERVICE 2" GAL V. PIPE ~...._-EXISTING METER VAULT. SEE DETAIL WTR -032 FOR TEMP. SERVICE CONNECTION . -----lEMP. SERVICE 2" GAL V. PIPE = €] SEE DETAIL WTR-033 FOR INTERSECTION CROSSING EXISTING CURB CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: FEB. 2009 WTR-030 EXISTING COPPER SER'v1CE LINE NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT 'WITH PROTECTIVE GUARD . NOTE: EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. METER SHALL BE REMOVED BY THE CONTRACTOR . CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR . CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE: FEB. 2009 WTR-031 EXISTING PAVING 36" MAX. ASPHALT COVER 15# ROOFING FELT, 35• WIDE 2" GAL V. PIPE 2 -STANDARD FINISHED 2°x6° WOODEN PLANKS CITY OF FORT WORTH, TEXAS INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE /, DATE: FEB. 2009 WTR-032 2.25" • r') I . .,... 2.25" • N I "N 2'-7'' 8'-0" 2'-10" FORT WORTH PROJECT NAME PROGRAM NAME / PROJECT#/ AMOUNT 2'-7" This project is managed by the Department Questions on this project, call (817) 392-8306 • 0 2.5" { • After hours water and sewer emergencies, call (817) 392-4477 ______ N_ 2S 3" FONTS: FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS: FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION \ \ \ \ 7'-6" \ LL WHITE \ \ \ L PMS 288 (BLUE) 3"R (TYP.) CITY OF FORT WORTH, TEXAS PROJECT SIGN .. 4'x8' (FOR C.I.P PROJECTS) DATE: FEB. 2009 WTR .. Q34 4'-o" 7" 2'-10" 7" 2.25" ---1--- 3"R (TYP.) 2 .25" '...+--1---.----------------... FONTS : °N I °N FORT WORTH LOGO -CHELTENHAM BOLO ALL OTHER TEXT -AR IAL LOGO COLORS: FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION PROJECT NAME PROGRAM NAME/PROJECT #/AMOUNT This project is managed by _____ Dept. 2" ----1---1---.- Questions on this project, call: (817) 392-8306 After hours water and sewer emergencies, \ call: (817) 392-4477 ___ --t---+---- \ 3'-6" \ \ ·. LL WHITE 3" \ L. PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x4' 0 I ",¢ DATE: FEB. 2009 WTR-035 21 " BLUE POST CAP w /WARNING LABEL 1• WIDE BLUE REFLECTIVE TAPE 1• APART STARTING 6" BELOW CAP . 4h¢i PVC (WHITE) 4' MIN . .... C p AWi UAP TTE I EL OR~ N E FoIIT Wrnm-1 "T' IHCA$E OF l!M!ROENCY PU!~$!1i~l,.L (8 t 7)•39%-4477 FOR UNI! LOCATION PLEASECAU. (817)·392-8296 NOTES: . ... INCASI! OF EMERGENCY PLEASl!CALL (817)•39.2•4477 FOR UNI!: LOCATION Pl.EAS& CALL (817)•392-8296 CtlUffd ........... 1 . MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER WATER LINES . 2 . PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER . -,,.., ..... ...... ...... -....... S:Ulii· lri .... tttbh .. , .. .._ .... -..... .,.,.. r......a.mtaff ........ -,u,sr ...... ,..,.Mtfflmllll _ ... ~Ill lOOO ......... ,up ~= ,..~,,_,, ~ .... ,_.,... ·-"" ,,, .... ...... h-f:.$11,,ib)1R..a.•r ,..,.,. -· ._,,. ~lOC,.t!l(»f ...... k=t......n~•r ,,_ .. r=;to 111-m ..... hlt.~m •r _ .. ·-· ..._ ... am N>t" ,-.t. .. ..,.,,bellff -14 ~"" CITY OF FORT WORTH, TEXAS WATER MARKER POLE DATE: FEB. 2008 WTR-036 -,---~~------+~------------r ~ a.. 0 :r: I- t:: z ;;: - 0:: {!) w~ uz ::, Lt.J t:l g, 0:: ~ 0:: 0 0 :r: .z ~~ J gj I') J C C <Dx o, ~ • I I I I l'O i<) i-) I C\I NOTES: ...... 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER. 2. 2'xJ' OPENING IN THE PIPE TO BE FABRICATED AT PIPE PLANT AND NOT IN THE FIELD, EXCEPT WHEN CONSTRUCTION IS ON EXISTING SYSTEM. E1 -14 MA TERI AL E2-14 CONSTRUCTION 8-#4 BARS (lYP.) 2" TYP. 4000 PSI CONCRETE ENCASEMENT CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE PLAN VIEW -DATE : FEB. 2009 SAN-001 MANHOLE FRAME , COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 Vv'llH "SEWER" CAST IN LID. CONCRETE -SEE ---- STANDARD 4' DIA. M.H. DETAIL SAN-003 APPLY 2 COATS -----1/ OF BITUMASTIC COATING 8 11 MIN. POUR AGAINST - WOODEN FORMS E1-14 MATERIAL E2-14 CONSTRUCTION ~3g~Er,1~t--l 1-.--APPL Y I TERIOR CORROS ON PROTECTION AS REQUIRED . 5'-0" DI . (MIN.) 2'-0" (2'x.3' ~ :::i: t 00 • IO NOTE: PENING) • I') 4-#4 BARS 8" MIN. 1. lHIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZ E IS 39 " OR LARGER . CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE DATE: FEB. 2009 SAN-002 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . : ,-... 0 • I~ n ::::E '-/ 2 COATS OF BITUMASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR . CORRO ION PROTE TION AS REQUIR D. AS1M C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL (REF . E2-14) REFER TO SAN-009 TRENCH WIDTH CONC . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP.) * * VARIES WITH PIPE DIA. r -+-l SECTION A-A • z (X) -::::;; USE 4000 PSI CONCRETE t E1-14 MATERIAL E2-14 CONSTRUCTION G) 4' DIA. FOR SEWER PIPE UP TO 21 • DIA. 5' DIA . FOR SEWER PIPE 24" TO 36" DIA. CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE SECTION 8-8 DATE: FEB. 2009 SAN-003 FINISH GRADE 15• BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTION i48" APP LY 2 COATS~~---. OF BITUMASTIC COATING. E1-12 MATERIAL E2-12 CONSTRUCTION SECTION A-A MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "S EWER" CAST IN LID. / i-----MONOLITHIC CONCRETE (4,000 PSI) OR ASlM C478 PRECAST MANHOLE SECTIONS. 0 -RING GASKET @ JOINT (TYP .) . PRECAST JOINT DETAIL 48" R.G. CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE DATE : FEB. 2009 SAN-004 USE SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT QE EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTRUCTION I _ 30" CLEAR . I r--OPENING ---, 1-3" APPLY INTERIOR CORROSION PROTECTION AS REQUIRED. MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LIO. ~~APPLY 2 COATS ·oF Bl1UMASTIC COATING CONCRETE -SEE STANDARD 4' DIA. M.H. DETAIL SAN-003 o..,7,;.~---Y-r-,,1---VERTICAL TO f:<,;-_±;~~:""!":it"!~~~~~~:,_ ........ ..._...!.i;~ _l :X POINT OF PIPE • IO T GROUTED INVERT-USE 4000 PSI CONCRETE CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE G) 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE 24" TO 36" DIA. DATE: FEB. 2009 SAN-005 NOTES: A. STANDARD PIPE FITllNGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS: 1. PIPE FITTING. 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING. 3. BREAK OUT TOP OF FITllNG TO SPRING LINE. 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5 . STEEL TROWEL FINISH INVERT OF MANHOLE. 8. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUlUNED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER 'S SATISFACTION . CONCRETE SLAB E1-14 MATERIAL E2-14 CONSTRUCTION .......... __ PLAN VIEW SECTION A-A CD WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH , TEXAS JUNCTION MANHOLE BOTTOM DA TE : FEB. 2009 SAN-006 COLLAR CONFIGURATION FOR PAVED AREA ... .... COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND~...,_.,...,.,.,..,._~.,..,...-.,......-:+"'""""',,......"="""""~~~-...--.------.-- 32" DIA . P AMREX COVER OR APPROVED EQUAL (REFER TO STD. PRODUCT LIST) 4000 PSI--~ CONCRETE 8-#4 REBARS TYP. 2" x 8" x 30" I.D. CONCRETE PRECAST GRADE RINGS PER ASTM C478. E1-14, El-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSlRUCTION 132",MIN.I SEC]ON A-A CD REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTIOM OF CONCRETE COLLAR. @ WHERE MANHOLES ARE IN lHE STREET, INSTALL 2 MORE GRADE RINGS BETWEEN CASTING AND TOP OF PAVEMENT. CITY OF FORT WORTH, TEXAS MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR A J • (0 I ~ *" CHAMFER (TYP.) CONCRETE COLLAR HEIGHT VARIES @ HINGES ARE REQUIRED ON ALL 32" COVERS {REFER TO STD. PRODUCTS LIST). G) HINGED LIDS INSTALLED IN SlREETS SHALL OPEN AGAINST lHE FLOW OF TRAFFIC. DATE: JUNE 2009 SAN-009 8 l PLAN VIEW 12" MIN. ~ #3 DOWEL B j SECTION A-A CITY OF FORT WORTH , TEXAS HYDRAULIC SLIDE SECTION 8-8 NOTE: DROP TROUGH WILL BE POURED MONOUTHICALL Y WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH. DATE: FEB. 2009 SAN-010 .. CITY OF' F'ORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP DOUBLE BAND STAINLESS STEa COUPLING :~~--BACKFlLL CLEANOUT STACK WITH NATIVE TOPSOIL COMPACTED TO 95~ STANDARD PROCTOR DENSITY 4• STACK (IRON OR PVC) S0R-J5 OR SOR-26 SERV1C£, SLOPE-VARI 2:i. MIN . FERNCO FU:XIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. PAID F'OR AS CLEANOUT PRODUCT INFORMATION ... From Stanley Roberts &! Assoc., Information Subject To Change. DESCRIP]ON Yt'ElGl:II PART NO. Cast Iron Lateral Cleonout 18 lbs ATI.-424 W/ SS Bolts and Coupling CAST IRON CLEANOUT SEWER MAIN PROPERTY LINE SIDEWAU< [CURB I STREET CLEANOUT NOTES 1. TiiE SWEEP TEE AND PIPE FlTTINGS INSTAU.EO SHALL BE SOR-35 OR SDR-26 PVC MATERIAL 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE US1NG RUBBER SLEEVE COUPLINGS WITH STNNLESS STEEl. DOUBLE BAND REPNR SLEEVES. TiiE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER. 3. SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM Or 2 PERCENT. 4. PIPE AND FlTTINGS SHALL BE SDR-35 OR SDR-26 PVC WHEN NOT IN HIGH TRAFFlC AREAS. 5. CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK. 3.000 PSI MIX. DRIVEWAY SIDEWAU< \ CURB DRl'IEWAY APPROACH \~ STREET CAST IRON CLEANOUT BOOT T 7.5" L CllY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT DA TE: FEB. 2009 SAN-011 SEWER PIPE PLUG 15' MIN . A l ~-4-H--NEW SANITARY SEWER LINE W11H STANDARD EMBEDMENT PER DETAIL WTR-030 NOTE: TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MATERIAL OR AS DIRECTED BY ENGINEER. SECTION A-A PLAN CITY OF FORT WO~TH, TEXAS CHIMNEY SERVICE A ~=====~ J DATE : FEB. 2009 SAN-012 EXIS11NG SURF ACE BACKFILL AS APPROPRIATE E1-20 MATERIAL E2-20 CONSTRUCTION CD ® @ ® ® 6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6" WHEN BID PER CUBIC YARD. 6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6" ON MAINS 24u AND SMALLER, 9" ON MAINS 30" AND LARGER, WHEN BID PER CUBIC YARD. CLASS 'E' (1500 PSI) CONCRETE CITY OF FORT WORTH, TEXAS CONCRETE CRADLE DATE: FEB. 2009 SAN-014 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL , .. 2' . I MINIMUM TRENCH WIDTH---1<::ru;J~)I = PIPE DIA. + 1' , .. TRENCH,.! WIDTH TYPICAL SECTION CITY OF FORT WORTH, TEXAS CLAY DAM 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE. DATE: FEB. 2009 SAN-019 EXISTING SURF ACE CD ® @ BACKFILL AS APPROPRIATE ® 6" MIN . DIMENSION. 6" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. @ CD 6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. © CLASS 'E' {1500 PSI) CONCRETE. E1-7 MATERIAL E2-7 CONSTRUCTION CITY OF FORT WORTH , TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 SAN-020 21" GREEN POS CAP w/WARNING LABEL 1" WIDE GREEN REFLECTIVE TAPE 1" APART STARTING 6" BELOW CAP. 4"¢ PVC (WHITE) • 4' MIN. C p ASI -p UEE TWL I _ E ·I ORN N .E ? JNCAM ..... llfeY . flUMlleMl._ ... (817)-aH-4477 IIOll .... a.oaAnON N.UMCALL (817)-392r818& =w C p ASI ··· .... p UEE TWL I E I ORN N E INOASI 01' IEIIEHIINCJY' . . ........ ll!LQII IMLL . (817)•392-4477 '°" UNI IOCATION 111.EUQi:AU,. 181 iJ492-8298 ... I ••· I =, 1 NOTES: 1. MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER SEWER LINES. 2. PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTIUlY CROSSINGS AS DIRECTED BY THE ENGINEER. CITY OF FORT WORTH, TEXAS SANITARY SEWER MARKER POLE DATE: FEB. 2009 SAN-022 , - - --'-- - _ J_ _ I ELEVATION #4 __ _!?ARS_A _14_ BARS G #4 --·-· ------------·--------·----·----·-·----·------··----------------------- <( t w BARS D #4 BARS C 4" @ 12" c-c ~-i----i----i->---l-,..!---1----I--BARS V #4 12" @ C-C BARS F 4" -js"f- BARS B 4" @ 12" c-c PROVIDE A 12" FOOTING AS SHOWN WHERE REQUIRED TO MAINTAIN 4" MIN . COVER FOR PIPES I 3"1 I ~\ \6 15,fo '/\;112 BARS C BAR DETAIL TYPICAL WING ELEVATION ---= A1 = W+4 1.i" THIS DIMENSION REDUCED 1' -1 7,a" FOR EACH SUCCESSIVE BAR. BARS A 1 -A 2 B = Y + 4" 8 1 = 8" I I THIS DIMENSION INCREASED 2' -7" FOR EACH SUCCESSIVE BAR . BARS B & 8 1 -8 2 NOTES : 1. ALL CONCRETE SHALL BE CLASS A . ALL EXPOSED CORNERS SHALL BE CHAMFERED ¥.i". 2. REINFORCING STEEL SHALL BE PLACED WITH THE CENTER OF THE OUTSIDE LA YER OF BORE 2" FROM THE SURF ACE OF THE CONCRETE . 3. SEE SUPPLEMENTAL DRAWING SD-018 FOR VARIABLE DIMENSIONS . REVISED DATE: 11-2009 CITY OF FORT WORTH, TEXAS CONCRETE HEADWALL DATE: 06-2007 SD-017 ' CONCRETE HEADWALLS DIMENSIONS HEADWALL A B* C D E SIZE 18" 2'-6" 4'-0 7,a" 18" 4'-o" 24" 3'-0" 5'-9 3,f 24" 6'-o" 30" 3'-6" 7'-6 5,a" 30" 8'-0" 36" 4 '-o" 9'-3 ~" 36" 10'-0" 39" 4 '-3" 10'-2" 39" 11'-0" 42" 4 '-6 " 11'-0 1,f 42" 12'-0" 48" 5'-3" 12 '-9 1,a" 48" 15'-o" 54" 5'-9" 14'-6" 54" 17'-o" 60" 6'-3" 16'-2 7,a" 64" 19'-0" 66" 6 '-9 " 17 '-11 3,f 66" 21'-o" 72" 7'-3" 19 ' -8 5,a" 72" 23 '-o" NOTE : TH IS DRAWING SUPPLEMENTS DRAWING SD-017 . * LENGTH OF B TO BE DETERM INED BY STEEL FABRICATOR REVISED DAT E: 11 -2009 fORT.;oRTQ CITY OF FORT WORT H, TEXAS DATE: 0~2007 CONCRETE HEADWALL DIMENSIONS SD-018 SECTION 6 -TECHNICAL SPECIFICATIONS - - - - SECTION 7 -CONTRACTS, BONDS AND INSURANCE 7 .1 Certificate of Insurance 7 .2 Contractor Compliance with Workers' Compensation Law 7.3 Conflict of Interest Questionnaire 7.4 Performance Bond 7 .5 Payment Bond 7 .6 Maintenance Bond 7.7 City of Fort Worth Contract 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. 00980 DOE No . 5923 STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Title : Vre.~W Date: \g._,-\~ -\\J Before me, the undersigned authority, on this day personally appeared ~() 5 , known to me to be the person whose name is subscribed to the foregoi instrument, and acknowledged to me that he executed the same as the act and deed of · for the purposes and consideration therein expressed and in the capacity therein stated . .,,,1111,,,, .,.-;:~,~.'~f,~'<-BETH J . OWENS f'/ ··-;\ Notary Public, State of Texas l~. :H My Comm i ssi on Expires <-,,:~f.M.,~~,,"' August 02, 2014 THE STATE OF TEXAS COUNTY OF TARRAN.T Bond NO: 022028979 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Construction TX, LP, as Principal herein, and (2) Liberty __ lofu_t_ual __ Insu_r_anc_e_Q:mpan-"-~Y-----~ a corporation organized under the laws of the State of (3) MA , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of One Million One Hundred Forty-eight Thousand, Six Hundred Thirty and 90/100 ..... Dollars ($1,148,630.90) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the _day of . JAN ,2 5 2P py of which is attached hereto and made a part hereof for all purposes, for the construction of 2007 Critical Capital Project (Council District 9) Part II -Group 9B NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this __ day of . JAN 2 5_2011 Conatser Construction TX. LP ATTEST: ~~ {Principal) Secretary Name: Jerry R, Conatser l'l:esident of Conatser Title: Managenent Group, Inc., GP (SEAL} Address: PO Box 15448 Fort Worth TX 76119 Witness as to Principal ATTEST: Secretary (SE AL) Name: Glenna S. Davis Attorney in Fact Address: 175 Berkeley Street Bostolfy,MA . OZtl 7 s~~ Caromyn Maples Telephone Number: 972.233.9588 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022028979 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Construction TX, LP as Principal herein, and (2) Libert;y M.itual Insurance CC!l'l!)any , a corporation organized and existing under the laws of the State of --=MA'------' 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 One Hundred Forty-eight Thousand, Six Hundred Thirty and 90/100 ..... Dollars ($1.148,630.90) 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 Ob!igee dated the _. day of which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: 2007 Critical Capital Project (Council District 9) Part II -Group 9B NOW, THEREFORE, TIIE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 22.53, 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. 'JAW 2 2011 SIGNED and SEALED this ....... day of'_~-____ _ Conatser Construction TX. LP PRINCI%# , _/_ B~~ ~~rry R. Conatser · ATTEST: (Principal) Secretary President of Conatser (SE AL) Title: Managenwt Groµp, Inc •• GP Address: _ ___.P-'O=-=Bc:o.<.:.x...:.1.,.,54..,_48-'-=-__ Fort Worth TX 76119 Witness as to Principal ATIEST: Secretary (SE AL) SURETY B:..£.c.~~22::~~~~~.,;... Name· Gl enna s. Davis Attorney in Fact Address: 175 Be rkeley St reet ---~Bo=l=l t on, MA 02 117 c~",:!n~ Witnessasl Surety Telephone Number: 972.233.9588 Carolyn Maples NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022028979 MAINTENANCE BOND THE STA TE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Conatser Construction TX, LP ("Contractor"), as principal, and, Liberty M..it.ual Insurance Company a corporation organized under the laws of the State of Mi\ , ("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 One Hundred Forty-eight Thousand. Six Hundred Thirty and 90/100 .... Dollars ($1.148,630.90), 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 bas this day entered into a written Contract with the City of Fort Worth, dated the_ o AN 2 5 2011 a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: 2007 Critical Capital Project (Council District 9) Part II -Group 9B the same being referred to herein and in said contract as the Work and being designated as project number(s) C29S-541200-20940-0098083/P265-541200-60917 ~0098083/P275-541200-70917-0098083 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in · part aCiiliY time \lfifliin" ifaid -penoa; if 'in . tneopiiifon -of the Director of the City of Fort Worth--. Department of Transportation & PubHc Works, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in~ counterparts, each of which shall be deemed an original, this.......... Z 5 201,1A.D. 2011. ATTEST: (SEAL) Secretary ATIEST: (SEAL) Secretary Conatser Construction TX, LP Contractor ~ By:~~ ~onatser President of Conatser Title: Manageirent Group, Inc., GP Liberty Mutual Insurance Canpany Sur~ ~. B~.· ~~ Name: Glenna s. Dav1s Title: _ _,At""'""'t o,,.,rne=y:·'-""in::..--=-Fa=c::..:t'------~-- 175 Berkeley Street Bos t on, MA 02117 Address Tel NO: 972.233.9588 ::J> -(,) C: > G) _ ... ~ ... ,. :::, -(,) 3042168 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance company , pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ...................................................................................................................... . , each individually if there be more than one named , its true and lawful attorney-in-fact to make, execute, seal , acknowledge and deliver, for and on its behalf as surety and as its act and. dee.d, anv an.· d all underta,kinas , bonds, recoanizances and othe.r surety obligations in the oenal sum not exceeding TWENTY FIVE MILLION AND .00/100*************"*********'ti***************'ti DOLLARS($ 25,000,000.00**************.******** ) each, and the execution of such undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -l aw and Authorization : ARTICLE XIII -Execution of Contracts : Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact , as may be necessary to act in behalf of the Company to make, execute , seal, acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in the ir respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws , Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania th is 3rd day of August , 2010 COMMONWEAL TH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY CERTIFICATE LIBERTY MUTUAL INSURANCE COMPANY By~~ #-a<-:;bf; Garnet W . Elliott, Assistant Secretary i, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power .of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the. date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 . VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and ,binding upon the company with the same force and effect as though manually affixed. JAN 2 5 2 Q 11 IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company , this day of ~Lib e rtv ~ 1\'lutua ] Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT : You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting , PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies , coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance : P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htt p ://www.tdi .s ta t e .tx .u s E-mai l: C o nsumerPro tecti on@ tdi .state . tx.u s Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved , you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMI C-3500 Page 1 of 2 Re v. 7 .1.07 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW PRESENTS COUNTY OF TARRANT ALL BY THESE This Contract made and entered into this the da 2 5 2011 A.D ., 2011 , by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton , Parker, and Wise Counties, Texas , by an through its duly authorized Assistant City Manager, ("Owner"), and Conatser Construction TX, LP, ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions ex pressed 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: 2007 Critical Capital Project (Council District 9) Part II -Group 9B 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . OFFICIAL RECORD CITY SECRETARY RWORTH,TX The Contractor hereby agrees and binds him self to commence the con struction 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 City of Fort Worth within a period of270 Calendar day s. 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 w ork and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own ex pense, the Owner, its officers , servants and employees, from and against an y and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused OFFICIAL RECORD CITY SECRETARY FT. W ln'Hr TX in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A . If the total contract price is $25 ,000 or less, payment to the 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 all claimants supplying labor and material in the prosecution of the work. C . If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the foresaid 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 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (including/excluding) alternates n/a , shall be One Million, One Hundred Forty-eight Thousand, Six Hundred Thirty and 90/100 ....................... Dollars, ($1,148,630.90). 9. It is further agreed that the performance of this Contract, either in whole or in part , shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the ex isting Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully compl y with all the provisions of the same . IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the Ci ty of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached . 'JAN 2 5 2011 Done in Fort Worth , Texas, this the_ day or A.D., 2011. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: ~f:fr=*tor Transportation Public Works ATTEST: Conatser Construction TX, LP P .O. Box 15448 Fort Worth, TX 76119 CONTRACTOR ~ /µ,;///.$/1/ -r TITLE /o ptJ.t ' 5''-" 'f f? ~tt-r wolZ r_;; /ex A-5 7C 11 7 ADDRESS CITY OF FORT WORTH FERNANDO COSTA , ASST CITY MANAGER Attested by : m~~ Marty H~reiar§ APPROVED AS TO FORM AND ASST. CITY A TIORNEY November 1960 Revised May 1986 Revised September 1992 C-J.J.JJ IL, OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Authorizat ion 1 / J-5) ll Date - - SECTION 8 -APPENDICIES 8.1 EASEMENTS INDEX None 8.2 PERMITS INDEX Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit {TXRI 50000) Notice of Termination (NOT) for Authorization under TPDES General Permit (TXR150000) 8.3 REPORTS INDEX Geotechnical Engineering Study SECTION 8.1 -EASEMENTS None SECTION 8.2 -PERMITS Notice of Intent (NOi) for Storm Water Dis~harges Associated with Construction Activity under TPDES General Permit (TXRl 50000) Notice of Termination (NOT) for Authorization under TPDES General Permit (TXRl 50000) Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) TCEQ Office Use Only Permit No.: TXR15 RN: CN: RefNo: Sign up now for ePermits NOi at www6.tceg.state.tx.us/steers Get Instant Permit Coverage and only pay a $225 application fee. If filing a paper NOi you can pay the application fee on line ? Go to https://www6.tceq.state.tx.us/epay/ IMPORTANT: •Use the INSTRUCTIONS to fill out each question in this form . •Use the attached CUSTOMER CHECKLIST to make certain all you filled out all required information . •Incom lete i lications WILL dela a roval or result in automatic Denial. Renewal of General Permit Is this NOi to renew an ACTIVE permit? Yes -What is your permit number? Permit No. TXRlS --------No - a permit number will be issued . Application Fee if mailing a paper NOi: You must pay the $325 Application Fee to TCEQ for the application to be considered complete. Payment and NOI must be mailed to separate addresses. See instructions for correct mailing addresses . Provide your payment information below, for us to verify payment of the application fee: Mailed : Check/Money Order No.: Company Name on checking account: EPAY: Voucher No .: Is the Payment Voucher copy attached? Yes Search Central Registry) 2. What is the Legal Name of the entity (applicant) applying for this permit? ([he legal name must be spelled exactly as filed with the Texas Secretary of State, County, or in the legal doc ument forming the entity.) 3 . What is the name and title of the person signing the application? (The person must be an official meeting signatory requirements in TAC 305.43(a).) Name : Job Title : 4. What is the Operator's (applicant) mailing address as recognized by the US Postal Service? (verify at USPS .com) Address: Suite No./Bldg . No ./Mail Code: City: State : Country Mailing Information (if outside USA). Country Code: 5. Phone No.: 6. FaxNo.: 7. Indicate the type of Customer: D Individual D Corporation D State Government Dother Government TCEQ-20022 (03/05/2008) Extension: E-m ail Address: Osole Proprietorship-D.B.A . 0Federal Government Q:ounty Government Oother (describe): ZIP Code: Postal Code: 0Limited Partnership 0General Partnership Deity Government Page I 8. Independent Operator: 0Yes DNo (If governmental entity, subsidiary, or part of a larger corporation, check ''No".) 9. Number of Employees: Do-20; 021-100; DIOI-250; 0251-500; or 0501 or higher 10. Customer Business Tax and Filing Numbers ([his item is not applicable to Individuals, Government, GP or Sole Proprietor.) REQUIRED for Corporations and Limited Partnerships ( Verify the entity's stat us and filing no. with TX SOS at 512/463-5555) State Franchise Tax ID Number: Federal Tax ID : TX SOS Charter (filing) Number: DUNS Number (if known): B. APPLICATION .CONTACT ·"'~; -,; :i '"'t'-'':< .... " ' ' -~ ... ~,-,~; X" ~ ,, -.... ,, -~~; J.;· ;•, ., -,'' • \(, "'~ >, < ~ '··:1.. :, ' frig'. " ' • .' •.• " "·· -.,-,,,: :.;:, .~ 'j IfTCEQ needs additional information regarding this application, who should be contacted? L Name : I Title : I Company: 2. Phone No.: ( ) Extension: 3. FaxNo.: E-mail Address : C. '"REGULA TED ENTITY (RE)"INFORMATION ON PROJECT OR SITE . ";l~~~;, ' ' ~~ (~ " ,,, ' "'.'f' ... ,. };: i~}.l ~ 1' ;,,.; , ! ' h .~"-"M-:' .)' ~ ,_";2,~ <, .;; ;;, './ '{~;,;. '\ • ~--2"~':{':, , ·/. '"'' ,;,;f;t ... :~ ,r .::t,,,;i-, .: ;\,,•,1,,, I. TCEQ Issued RE R eference Number (RN): RN (Search Central Registn:) 2 . Name of Project or Site (the name as known by the community where this facility/project is located): (example : phase and name of subdivision or name of project that 's unique to the site) 3. Does the site have a physical address? If Yes, complete Section -A! for a physical address . If No , complete Section B for site location information . Section 'A ~ Enter the physical address for the site . (ve ri fy it with USPS.com or other delivery source) Street Number : Street Name: City : ZIP Code: ~ .. ~ti on ·B ~ Enter the site location information. If no physical address (Street Number & Street Name), provide a written location acces s description to the site : (Ex .: phase 1 of Woodland subdivision located 2 miles west from intersection of Hwy 290 & IH35 accessible on Hwy 290 South) City where the site is located or nearest city to site : ZIP Code where site is located : 4. Identify the county where the site is located : 5. Latitude: Longitude : 6. What is the primary business of this entity? In your own words, briefly describe the primary business of the Regulated Entity : (Do not repeat the SIC and NAICS code) 7. What is the mailing address for the regulated entity? Is the RE mailing address the same as the Operator? L.JY es , address is the same as Operator LJNo, provide the address Street Number : I Street Name : City : I State: I ZIP Code : D.· G ENERAITCiiARACTERlSTICS ~ w T f;~-.e. ;;;•"'11"::-e <,c -~. ·-· ·-v~ l~,; ,,. ' ~~a. '· "'" ,. '",;'<>J,r1:lC -~-·. ,.,.,, '·"" .,.,. ,.0f*;; ":1 ( ;t~~i;~!Y.{~ ·~i~ .?." ~.::~ ~~ .. ~_./{ .\ ~-r~~~.:; )I~ ·;-;~~; . " ,,..,,,-· .· -·r ';',,. ,, , ITi ,;:.r~:-i>; ,, -' .,. "'- l. Is the site located on Indian Country Lands? 0No 0Yes-If Yes , do not submit this NOL Contact EPA, Region VI If the site is on Indian country lands, yo u must obtain authorization thro ugh EPA , Region VI . 2. What is the Standard Industrial Classification (SIC) code (see instructions for common codes): (Search Osha.gov) Primary : Secondary : TCEQ-20022 (03 /05/2008) Page 2 3(a) What is the total number of acres disturbed? 3(b) Is the project site part of a larger common plan of development or sale? If Yes, the total number of acres disturbed can be less than 5 acres. 0Yes No 4(b) What is the segment number(s) of the classified water body(s) that the discharge or potential discharge will eventually reach? 4(c) Are any of the surface water bodies receiving discharges from the construction site on the latest EPA-approved CWA 303( d) list of impaired waters? 0Yes 0No If Yes , rovide the name of the im aired water bod s . 4(d) Is the discharge into an MS4? 0Yes If Yes, what is the name of the MS4 Operator? ___________________________ _ Note: The general permit require s you to send a copy of the NOI to the MS4 Operator. 4(e) Is the discharge or potential discharge within the Recharge Zone , Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer? DYes 0No If the answer is Yes, please note that a copy of the agency approved Plan required by the Edwards Aquifer Rule (JO TAC Chapter 213) must be included or referenced in the Storm Water Pollution Prevention Plan . ,EY CE[{tIFICA_TION' \ . · . . "'.,,,.,, ~-·, >,, • "} -~,. ,. ~ . Check "Yes" to the certifications below. Failure to certify to all items will result in denial. I , D Yes D Yes I certify that I have obtained a copy and understand the terms and conditions of the general permit (TXR150000). I certify that the full legal name of the entity (Operator) applying for this permit has been provided and is legally authorized to do business in Texas . D Yes I understand that a Notice of Termination (NOT) must be submitted when this authorization is no longer needed. D Yes I certify that a storm water pollution prevention plan has been developed and will be implemented prior to construction, and that is compliant with any applicable local sediment and erosion control plans , as re uired in the eneral ermit TXR150000. Typed or printed name (Required & must be legible) Title (Required & legible) certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted . Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the be st of my knowledge and belief, true , accurate , and complete . I am aware there are significant penalties for submitting false information, including the po ss ibility of fine and imprisonment for knowing violations . I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can pro v ide documentation in proof of such authorization upon request. Signature: _____________________ _ Date : ______________ _ se blue ink TCEQ-20022 (03/05/2008) Page 3 Did you complete ev eryt hing? Use this checklist to be sure! Are you ready to mai l your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses. Customer GP Notice ofintent Checklist TXRI SOOOO ,/ This checklist is for use by the operator to ens ure a complete application. Missing information may result in denial of coverage under the ~ permit. (See NOi Process description in the Instructions) D Application Fee of $325.00 was mailed separately to TCEQ's Cashiers's Office (separate from the NOi) or the EPA Y payment vouc her is attached. O PERATO R INFO RMATION -Confirm each item is complete: ,/ 0 Custome r Numbe r (CN) issued by TCEQ Central Registry 0 Legal Name as filed to do bu s iness in Texas (Call TX SOS 512/463-5555) 0 Name and Title of person signing the application. This person must meet sig natory requirements in 30 TAC Section 305.43 0 Operator Mailing Address is complete & verifiab le with USPS . www.USJ2 S.com 0 Phone N umbers/E-mail Address 0 Type of Operator (Entity Type ) 0 Independent Operator 0 Number of Employees n For Corporations or Limited Partnerships -Tax ID and SOS Filing numbers are REQUIRED A oolicatio n Conta c t pe rson we can call for questions about this application . REGULATED ENTITY (RE) INFORMATION O N P ROJECT OR SITE -Confirm each item is complete : ,/ 0 Regulated Entity Reference Numbe r (RN) (if site is already regulated by TCEQ) 0 Site/Project Name/Regulated Entity 0 Site/Project (RE) Physical Address Please do not use a rural route or post office bo x for a site location 0 O r ifno physical address, the location information that include s description, zip code and city is listed . 0 Latitude and Longitude TCEO USG S Topogra12hic Ma 12 Vi e wer or htt12 ://www.terraserver.com/ 0 Business desc ription n Site Mailing Address (checked same as operator or complete & ve rifiable with USPS. www.usos .com) GENERAL CHARACTERI STICS -Confirm each item is complete : ,/ 0 Indian Country Lands -the facility is not on Indian Country Lands 0 Standard Industrial Classification (SIC) code www.osha.gov/oshstats/sicser.html D Acres Disturbed is provided and qualifies for coverage through a NOL 0 Common plan of de ve lopme nt or for sale? 0 Discharge Information: 0 receiving water body 0 segment number(s) is REQUIRED 0 water body on the latest EPA-Approved Clean Water Act 303(d) list of impaired waters 0 MS4 Operator n Edwards Aq uifer Rul e D CERTIFI CATIO N Certification statements have been che cked indicating "Yes" Signature meets 30 Texas Adminis trati ve Code (TAC) §305.44 and is original and has been pro v ided for the Operator. TCEQ-20022 Checklist (03 /05 /2008) Page 1 Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) Gen e ra l Informatio n and In struction s GENE RAL INFO RMA TION Where to Send the Notice oflntent (NOI) and other related forms: BY REGULAR U.S . MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Storm Water Processing Center (MC228) Storm Water Processing Center (MC228) P .O. Box 13087 12100 Park 35 Circle Austin, TX 78 7 11 -3087 Austin, TX 78753 TCEQ Contact list: Application Processing Questions relating to the status and form requirements: 512/239-3700, 512/245 -0130 or swpermit@tceg.state.tx.us Technical Questions relating to the general permit: 512 /239-4671 or swgp@tceg .state .tx.us Environmental Law Division: 512/23 9-0600 Records Management for obtaining copies of forms submitted to TCEQ : 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DA TA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice of Intent Process : When your NOi is received by the program, the form will be processed as follows : 1. Ad minist rative Review: Each item on the form will be reviewed for a complete response. In addition, the operator's legal name must be verified with Texas Secretary of State as valid and active (if applicab le). The address(s) on the form must be verified with the US Postal service as an address receiving regular mail delivery . Never give an overnight/express mailing address. 2 . Notice of De fi cie ncy: If an item is incomplete or not verifiable as indicated above , a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD. The response will be reviewed for completeness. 3 . Ackn ow ledgment of Coverage: An Acknowledgment Certificate will be mailed to the operator. This certificate acknowledges coverage under the general permit. -or- Denia l of Coverage: If the application is too incomplete to process, or the operator fails to respond to the NOD or the response is inadequate, coverage under the general permit may be denied. If coverage is denied, the operator will be notified. Gene ral Permit (You r Pe rmit) If filing t h e NOi t hro u gh ePerm its on li n e app li cation, coverage under the general permit begins the day the NOi is submitted to TCEQ thro ugh epermits. Sign up now for on li ne NOi a t htt ps://www6.tceg.state.tx.us/s teers/ If mailing a paper NOI, coverage under the general permit begins seven (7) days afte r a co mpleted NOi is postma rked for de li very to the TCEQ . You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site htt1rllwww.tceg .state .tx.us/permittinglwater guali!)'./stormwater/TXR15 AIR.html. Ge neral Permit Forms The Notice oflntent (NOi), Notice of Termination (NOT), and Notice of Change (NOC) #20391 with instructions are available in Adobe Acrobat PDF format on the TCEQ web site http ://www.tceg.state .tx.us/~rmittinglwater guali!)'./stormwater/TXRI 5 AIR.html. Sign up now for on line Notice of Termination applicat ion at https ://www6.tceq .state.tx.us/st eers/ Change in Op era tor An authorization under the general permit is not transferable . If the operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice ofintent. The NOT and NOI must be submitted not later than 10 days prior to the change in Operator status. TCEQ-20022 Instructions (03 /05/2008) Page I TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form . Do not send a core data form to TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). For Construction Permits, a new RN will be assigned for each Notice oflntent filed with TCEQ, since construction project sites can overlap with other Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization. You can find the information on the Central Registry web site at wwwl2.tceg .state.tx .us/cmub/. You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee), or by your permit number under the search field labeled "Additional ID". Capitalize all letters in the permit number. The Customer (Permittee) is responsible for providing consistent information to th e TCEQ , and for updating all CN and RN data for all authorizations as changes occur. For General Permits, a Notice of C hange form must be submitted to the program area. Application Fees: $225.00 application fee if submitting the NOi through ePermits. $325.00 application fee if submitting a paper NOi for processing . The application fee is required to be paid at the time the NOI is submitted. Failure to submit payment at the time the application is filed will cause delays in acknowledgment or denial of coverage under the general permit. • Mailed Payments: DO NOT mail your check with the original Notice oflntent app lication . Use the attached Application Fee payment submittal form is mailing the payment. Do not include a copy of the NOi. BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 Cashier . P .O. Box 13088 Austin, TX 78711-3088 • eP A Y Electronic Payment: Go to https://www6.tceq.state.tx.us/epay/ BY OVERNIGHT/EXPRESS MAIL Texas Comm is sion on Environmental Quality Financial Administration Di vision 's Office, MC-214 12100 Park 35 Circle Austin, TX 78753 Select Water Quality, th en select the fee category "GENERAL PERMIT CONSTRUCTION STORM WATER DISCHARGE NOi APPLICATION". You must include a copy of the payment voucher with your NOi. Your NOi will not be considered co mplete without the payment voucher. The Annual Water Quality Fee has been consolidated into the Application Fee effective March 5, 2008. An annual fee will not be assessed and billed to operators on 9/lnOOS. This does not relieve the operator of fees due for prior fiscal year assessments. The operator will continue to receive an invoice for payment of any past due annual fee. A 5% penalty will be assessed if the payment is received by TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization under the general permit was active on September I of the FY billed . TCEQ-20022 Instructions (03/05/2008) Page 2 INSTRUCTIONS FOR FILLING OUT THE NOi FORM A. 'OPERATOR (As defined in the general permit.) _'· :j,,'.:':'\~.f' :, .~;:~-. '" ,w . ;,r ,f.1o 1-i ,,. ·. fc>:'.·H!i,. ~·' >,r,C:r":::r,;;,.-,,•>sy,. '::~1;;:11 T 1r . L TCEQ Issued Customer Number (CN) TCEQ's Central Registry will assign each customer a number that begins with "CN," followed by nine digits . This is not a permit number, registration number, or license number. • If this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference Number blank . • If this customer has already been assigned this number, enter the operator's Customer Reference Number in the space provided . 2 . Legal Name Provide the legal name of the facility operator, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents forming the entity, that is filed in the county where doing business. You may contact the SOS at 512/463-5555 , or go to http://www.sos .state.tx.us/corp/contact.shtml for more information related to filing in Texas. If filed in the county where doing business, provide a copy of the legal documents showing the legal name. 3 . Name and Title of person signing the Notice oflntent application form. Signature meets 30 Texas Administrative Code (TAC} §305.44 4. Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. The address must be verifiable with the US Postal Service at www.usps .com, for regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is used by the USPS for regular mail delivery . 5. Phone Number This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave "Extension" blank if this customer's phone system lacks this feature . 6 . Fax Number and E-mail Address This number and E-mail address should correspond to operator's mailing address provided earlier. (Optional Information) 7. Type ofEntity Check only one box that identifies the type of entity . Use the descriptions below to identify the appropriate entity type : Individual is a customer who has not established a business, but conducts an activity that needs to be regulated by the TCEQ. Sole Proprietorship-D .B.A. is a customer that is owned by only one person and has not been incorporated. This business may: • be under the person's name • have its own name ("doing business as," or d .b.a.) • have any number of employees Partnership is a customer that is established as a partnership as defined by the Texas Secretary of State's Office. Corporation the customer meets all of these conditions : • is a legally incorporated entity under the laws of any state or country • is recognized as a corporation by the Texas Secretary of State • has proper operating authority to operate in Texas . Government-Federal, state, county, or city government (as appropriate) the customer is either an agency of one of these levels of government or the governmental body itself. Other is Estate, Trust, etc. the customer does not fit one of the above descriptions. Enter a short description of the type of customer in the blank provided. 8. Independent Operator Check "No" if this customer is a subsidiarv, part ofa larger company, or is a governmental entity . Otherwise, check "Yes." 9. Number of Employees Check one box to show the number of employees for this customer's entire company, at all locations. This is not necessarily the number of employees at the site named in the NOL 10. State Franchise Tax ID Number Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number. If this customer is a corporation or limited liability company, enter this number here. Federal Tax ID All businesses, except for some small sole proprietors, individuals, or general partnerships should have a federal taxpayer identification number (TIN). Enter this number here . Use no prefixes, dashes, or hyphens. Sole proprietors, individuals, or general partnerships do not need to provide a federal tax ID. TX SOS Charter (filing) Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filing number. You may obtain further information by calling SOS at 512/463-5555 httn://www.sos.state.tx.us/com/contact.shtml. TCEQ-20022 Instructions (03 /05 /2008) Page 3 DUNS Number Provide the name, title and communication information of the person that TCEQ can contact for additional information regarding this application. If the a lication is missin information and there is no contact erson to call, the ·a lication ma be denied. i C. RF;GOL'A 'f}:D.~EI'!f.ITY . . "Im;OR:MA TI<)l{ON .PRO~CtXiJR~SITE L Regulated Entity Reference Number (RN) This is a number issued by TCEQ's Central Registry to sites (a location where a regulated activity occurs) regulated by TCEQ. This is not a permit number, registration number, or license number. • If thi s Regulated Entity has not been assigned a Regulated Entity Number, leave this space blank. • If this customer has been assi ned this number, enter the o rator's Re ulated Enti Number. 2 . Site/Project Name/Regulated Entity If the site is already regulated by TCEQ, use the same name as on the existing Regulated Entity Reference Number (RN). If new, provide the name of the site as known by the public in the area where the site is located. The name you provide on this application will be used in the TCE Central Re is as the Re ulated Enti 3 . Site/Project (RE) Physical Address """"=__,...,· Enter the complete physical address of where the site is located. This must be a street number and street name for a complete physical address. This address must be validated through US Postal Service or your local police (911 service) as a valid address. Please confirm this to be a complete and valid address. In some rural areas, new addresses are being assigned to replace rural route addresses. Please do not use a rural route or post office box for a site location. IQ'.l=-" If a site does not have an actual physical address that includes a street number and stre et name, then provide a complete written location access description, and the zip code and city where the site is located. For example : "The site is located 2 miles west from intersection of Hwy 290 & IH35, located on the southwest comer of the Hwy 290 South bound lane." This includes authorizations for construction projects such as highways and subdivision. 4 . Identify the County where the site is located. If the site covers more than one county, provide the county that is most affected by the authorized activ1 and list the additional coun (s) as seconda . 5. Latitude and Longitude Enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: TCE USGS To o ra h ie Ma Viewer or h ://www.terra rver. ml 6. Description of Activity Regulated In your own words, briefly describe the primary business being conducted at the site. (A description specific to what you are doing that requires this authorization -Do not re eat the SIC Code(s).) '.SITE MA(LING~.ADDRE~S. . Provide a complete mailing address to be u se d by TCEQ for receiving mail at the site. In most cases, the address is the same as the operator. If so, simply place a check mark in the box. If you provide a different address, please verify the address with USPS as instructed above for the operator address. ·;J) .. GE~RAI; C~QTERISTICS I . Indian Country Lands If your site is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obtain authorization through EPA, Region VI, Dallas. Do not submit this form to TCEQ. Indian Country means (I) all land within the limits of any American Indian reservation under the jurisdiction of the U .S. government, notwithstanding the issuance of any patent, and including rights-of-way running throughout the reservation; (2) all dependent Indian communities within the borders of the United States whether within the original or subsequently acquired territory thereof, and whether within or outside the limits of a State; and (3) all Indian allotments, the Indian titles which have not been extinguished, including rights-of-way running through the same. Indian Tribe means any Indian Tribe, band, nation, or community recognized by the Secretary of the Interior and exercising substantial governmental duties and powers. 2 . Standard Industrial Classification (SIC) code Provide the SIC code that best describes the construction activity being conducted at the site. Common SIC Codes related to construction activities include: 1521 Construction of Single Family Homes ; 1522 Construction of Residential Bldgs. Other than Single Family Homes ; 1541 Construction oflndustrial Bldgs. and Warehouses; 1542 Construction ofNon-residential Bldgs. other than Industrial Bldgs. and Warehouses; 1611 Highway & Street Construction, except Highway Construction; 1622 Bridge, Tunnel, & Elevated Highway Construction; 1623 Water, Sewer, Pipeline & Communications, and Power Line Construction. For help with SIC codes, go to : www.osha.gov/oshstats/sicser.html TCEQ-20022 Instructions (03 /05/2008) Page4 3 . Estimated Area of Land Disturbed 3(a). Provide the approximate number of acres that the construction site will disturb. 3(b ). Indicate is the site is part of a common plan of development or for sale. I Construction activities that disturb less than one acre, unless they are part of a larger common plan that disturbs more than one acre , do not require permit coverage. Construction activities that disturb between one and five acre, unless they are part of a common plan that disturbs five acres or more acres, do not require submission of an NOL Therefore , the estimated area of land disturbed should not be less than five , unless the project is part of a larger common plan that disturbs five or more acres. "Disturb" means any clearing, grading, excavating, or other similar activities. If you have any questions about this item , please call the storm water technical staff at (512)239-4671. 4 . Discharge Information 4 (a). The storm water may be discharged directly to a receiving stream or through a MS4* from your site . It eventually reaches a receiving water body such as a local stream or lake, possibly via a drainage ditch . You must provide the name of the water body that receives the discharge from the site (a local stream or lake). 4 (b). The classified segment number(s) is REQUIRED to ge t coverage. Go to the link to find the segment number of the classified water body where storm water will flow http ://www.tceg .state .tx .us/compliance/monitoring/water/guality/data/wgm/viewer/viewer.html . Call Water Quality Assessments at 512/239-4671 for further assistance . Another source for segments is: http ://www.tceq.state.tx.us/comm_exec/forms_pubs/pubs/gi/gi-3 l6/index.html 4 (c). If any surface water body(s) receiving discharges from the construction site are on the latest EPA-approved CWA § 303(d) list of impaired waters, provide the name(s) of the water body(s). EPA approved CWA 303d list of impaire d waters can be found at: Texas Water Quality Inventory and 303(d) Li st -Te xas Commiss ion on Environmental Quality -www.tceg.state.tx .us · 4 (d). Identify the MS4* Operator name if the storm water discharge is into an MS4 . *MS4 is an acronym for Municipal separate storm sewer system. MS4 is defined as a separate storm sewer system owned or operated by a state , city , town, county, district, association, or other public body (created by or pursuant to state law) having jurisdiction over disposal of sewage, industrial wastes , storm water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district, or similar entity , or an Indian tribe or an authorized Indian tribal organization, that discharges to water in the state. For assistance, ou ma call the technical staff of the Water Quali Assessment & Standards Section at 512/239-4671. 4 (e). Edwards Aquifer Rule See maps on the TCEQ website to determine if the site is located within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer at http ://www.tceg .state.tx.us/compliance/field ops/eapp/viewer.html. lfthe discharge or potential discharge is within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer, a site specific authorization approved by th e Executive Director under the Edwards Aquifer Protection Program (30 TAC Chapter 213) is required before construction can begin . The general permit requires the approved Contributing Zone Plan or Water Pollution Abatement Plan to be included as a part of the Storm Water Pollution Prevention Plan . The certification must be answered "Yes" for covera e under the eneral ermit. The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code §305.44 IF YOU ARE A CORPORATION: The regulation that controls who may sign an N 01 or similar form is 30 Texas Administrative Code §305.44(a)(I) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate pro cedures. By signing the NOi or si milar form , you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority . IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an N 01 or similar form is 30 Texas Administrative Code §305 .44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form . Persons such as the City Mayor or County Commissioner will be considered ranking ele cted officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult our ci charter, coun ordinances, or the Texas statute s) under which our overnment enti was formed . An NOI or TCEQ-20022 Instructions (03 /05 /2008) Page 5 similar document that is signed b y a governm ent official who is not a rankin g elected official or princip al executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a ~overnment representative other than those identified in the regulation. By signing the NOi ors imilar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ . If you have any questions or need addition al information concerning the signatory requirements discussed above , please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600 . 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows . (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a pres ident, secretary, treasurer, or v ice-president of the corpor ation in charge of a pr incipal business function , or any other person who performs si milar policy or decisi on-making functions for the corpor ation; or the manager of one or more manufacturin g, production, or operating facilities em ploying more than 250 persons or having gross annual sales or expend itures exceeding $25 m illion (in sec ond-quarter 1980 dollars), if authority to sign documents has been assigned or de legated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals . (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality , state, federal, or other public agency , the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency , or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency ( e.g., regional administrator of the EPA). TCEQ-20022 Instructions (03 /05 /2008) Page 6 Texas Commission on Environmental Quality : General Permit Pay ment Submittal Form $32 5 for a paper Cons truction NOi Application Fee Use this form to submit your A pplication Fee only if yo u are mail ing your payment. •Co mp lete items 1 t hrough 5 be low: •Stap le your check in the sp ace provide d at the bottom of this docume nt. • Do not mai l th is form with your NOI form . • Do not ma il this form to the same address as you r NO I. Mail this form and y our check to : BY REGULAR U .S . MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Q ua lity Texas Commission on Env ironmental Qua lity F inancial A dministratio n Division Financial Administration Division Cash ier's Office, MC-2 14 Cashier's Office, MC-214 P .O. Box 1308 8 12100 Park 35 Circle A ust in, TX 7 8711-3088 A u stin, TX 787 53 Fee Co de : GPA General Perm it: TXR1 50000 1. Check / Money O rder N o : 2 . Amount of Check/Money Ord e r: 3 . Date of Check or Mo ney Order: 4 . Name o n Check or Money Order : ·.,,. ''is:t"'!:i?c '!t'}"ii!,%1. ·· ~:""'K'$tp ,,/'('" ,; 2;::.,J :,s ,,iz&fs:1',il<Jc:: . ,;i;, '.;:;;;<:c?·\Jf;f t\.':?°ikf ,,, .~'.'',;",,,;;'.' 4 ' l'" ·., ~;;; <, • , •• -~1'$;,(,; ;.>iii 5. NOI INFORMATION If t he c heck is for more than one NOI, list each Project/Site (RE) Name and Physical Addre ss exactly as provided on the NOL DO NOT SUBMIT A COPY OF THE NOI WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES . See Attached L ist of Sites (If more space is needed, you may attach a list.) Project/Site (RE) Name : Proj ect/Site (RE) Physical Address: Staple Check In This Space TCEQ-20 134 (3 /0 5/2008) Page 1 "& --Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000 What is the full Legal Name of the current permittee? This must be the current ermittee o the ermit to be terminated. TCEQ Office Use Only Permit No.: RN: CN: Suite No./Bld . No./Mail Code: State : ZIP Code: if outside USA . Count Code: Postal Code: Extension : Street Name : ZIP Code: County (Counties if > 1): Ifno physical address (Street Number & Street Name), provide the written location access description to the site: ig:;,._-v.ls._:;..::-;;,:u;:;.,,?i"'~-{':.~'"'' •e'.,i;:;. -~~~"}(.,;.~~~:;;-, '1';,i·l-'~ ~,i,;,;;X ··l'.Q'J.c?; Check the reason for termination : D Final stabilization has been achieved on all portions of the site that are the responsibility of the Operator and all silt fences and other temporary erosion controls have either been removed, or scheduled for removal as defined in the SWP3 . D Another permitted Operator has assumed control over all areas of the site that have not been finally stabilized, and temporary erosion controls that have been defined in the SWP3 have been transferred to the new Operator. D The activity is now authorized under an alternate TPDES permit. D The activi never be an at this site that is re ulated under the eneral ermit. .-~n ::cERTIFf c.?.A TI ON _., 'It Typed or printed name Title certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true , accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations . I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. Date: ----------------(Use blue ink) TCEQ-20023 (02/06/2007) Page 1 Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000 General Information and Instructions GENERAL INFORMATION Where to Send the Notice oflntent (NOI): BY REGULAR U .S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O . Box 13087 Austin, TX 78711-3087 TCEQ Contact list: Application Processing Questions relating to the status and form requirements : Technical Questions relating to the general permit: Environmental Law Division: Records Management for obtaining copies of forms submitted to TCEQ : BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 512/239-4671 512/239-4671 512/239-0600 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) 512/239-0357 or 512 /239-0187 Financial Administration's Cashier's office: Notice of Termination Process: A Notice of Termination is effective on the date postmarked for delivery to TCEQ. When your NOT is received by the program, the form will be processed as follows : l. Administrative Review: The form will be reviewed to confirm the following : • the permit number is provided • the permit is active and has been approved • the entity terminating the permit is the current permittee • the site information matches the original pe rmit record • the form has the required original signature with title and date 2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above , a phone call will be made to the applicant to clear the deficiency . A letter will not be sent to the permittee if unable to process the form . 3 . Confirmation of Termination: A Notice of Termination Confirmation letter will be mailed to the ooerator. General Permit (Your Permit) Coverage under the general permit begins 48 hours after a completed NOi is postmarked for delivery to the TCEQ . You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage , on the TCEQ web site www.tcea.state.tx.us General Permit Forms The Notice oflntent (NOI), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEO web site www.tcea.state .tx.us . Change in Operator An authorization under the general permit is not transferable . If th e operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new ope rator must submit a Notice oflntent. The NOT and NOi must be submitted not later than IO days prior to the change in Operator status. TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form . Do not send a core data form to TCEQ . After final acknowledgment of coverage under the general permit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). For Construction Permits , a new RN will be assigned for each Notice oflntent filed with TCEQ, since construction project sites can overlap with other Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization. You can find the information on the Central Registry web site at wwwl2 .tceg .state.tx .us/crpub/. You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee), or by your permit number under the search field labeled • Additional ID". Capitalize all letters in the permit number. TCEQ-20023 Instructions (02/06/2007) Pagel The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorzations as changes occur. For General Permits, a Notice of Change form must be submitted to the program area . Annual Water Quality Fee: This fee i~ assessed to operators with an active authorization under the general permit on September 1 of each year. The operator will receive an invoice for payment of the annual fee in November of each year. The payment will be due 30 days from the invoice date . A 5% penalty will be assessed if the payment is received by TCEQ after the due date . Annual fee assessments cannot be waived as long as the authorization under the general permit is active on September I. It's important for the operator to submit a Notice of Termination (NOT) when coverage under the general permit is no longer required . A NOT is effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT be mailed using a method that documents the date mailed and received by TCEQ. • Mailed Payments: You must return your payment with the billing coupon provided with the billing statement. • eP A Y Electronic Payment: Go to www6 .tceg .state.tx.us/epay You must enter your account number provided at the top portion of your billing statement. Payment methods include Mastercard, Visa, and electronic check ayment (ACH). A transaction over $500 can onl be made by ACH. INSTRUCTIONS FOR FILLING OUT THE NOT FORM 2 . Legal Name of Operator The o erator must be the same enti as reviousl submitted on the ori inal Notice oflntent for the ermit number rovided. 3. Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. Update the address if different than previously submitted in the Notice of Intent or Notice of Chan e . 4. Phone Number, Fax Number, and E-ma il Address Provide u dated contact information. I. Regulated Entity Reference Number (RN) 2. Site/Project Name/Regulated Entity Provide the name of the site as reviousl submitted in the Notice of Intent for the ermit number rovided . 3 . Site/Project (RE) Physical Address Provide the h sical address or location access descri tion as reviousl submitted for the ermit number rovided . C. REASON-FOR TERMINATION Indicate the reason for terminating the permit by checking one of the options. If the reason is not listed then provide an attachment that explains the reason for termination. Please read your general permit carefully to determine when to terminate your permit. Permits will not be reactivated after submitting a termination form . The termination is effective on the date ostmarked for delivery to TCE . a>-:': C.EQ.1'IFICA HU N$ ~~~f~'k'.~;l~'tffi1-m?1;(;~~ffe'il"1t~'"';~· The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC) §305.44. IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOi or similar form is 30 Texas Administrative Code §305.44(a)(l) (see below). According to this code provision, any corporate representative may sign an NOi or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOi or similar form , you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority . IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an N OI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOi or similar form . Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOi or similar document that is si ned b a overnment official who is not a rankin elected official or rinci al executive officer does not conform to TCEQ-20023 Instructions (02/06/2007) Page 2 §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOi or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code . Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. I ! If you have any questions or need addition al information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows . (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or v ice-president of the corpor ation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation ; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 m illion (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency , the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e .g ., regional administrator of the EPA). TCEQ-20023 Instructions (02/06/2007) Page 3 SECTION 8.3 -REPORTS Geotechnical Engineering Study ( · GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN AND RECONSTRUCTION 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) .. GROUP 9B . FORT WORTH, TEXAS Presented To: GM Enterprises December 2008 PROJECT NO, 466-08-068 ' r-· -=0Cl\tJ EN(;,INEERING, INC. December 12, 2008 Report No. 456-08-060 G.M. Enterprises 7098 Mansfield Highway Kennedale, Texas 76060 Attn: Mr. Glenn Morales Dear Mr. Morales : GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN AND RECONSTRUCTION 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) -GROUP SB FORT WORTH, TEXAS CITY OF FORT WORTH DOE NO. 6923 BROWN AND GAY PROJECT NO. 00980 7636 Pclible Drive Fort Worth, Texas76118 www.cmJcagr,com Submitted here are the results of a geotechnlcal engineering study for the referenced project. This study was performed In general accordance with our Proposal No. 08-2270 (Revision 3) dated ( June 27, 2008. The geotechnlcal services were authorized on November 10, 2008. Engineering analyses and recommendations are contained In the text section of the report. Results of our field and laboratory services are Included In the appendix of the report. We would appre9Jate the opportunity to be considered for providing the construction material testing services during the construction phase of this project. We appreciate the opportunity to be of service to GM Enterprises and Brown & Gay Engineers, Inc. Please contact us If you have any questions or If we may be of further service at this time. Respectfully submitted, _._ .... ,,,,, CMJ E I -~ OF .._ \ NGINEBRING, NC. ~t:1~""•!.'f,t""\\ ,, ea.• * ... ~~ •, , ,• •• I I ;* •• • * ' f*I '•,1rl . t .. i'\ .,, .......................... ,;,, 't'f1 r-& ,..,,.~~~~~.~:!~!:~!~.~:R~·.~l 1-0· • i,I Ii-.. 97402 /$,1 P. Sappington, IV. P.E. •to~•.itce stQ,··~~ Project Engineer 1,f(.sioN1rf~~ , Texas No. 97402 '°''""'"" ... ;.,,.c> ' t./A)Jl;._ arrelt E. Willlams, P.E. President Texas No. 52626 copies submitted: (1) Mr. Glenn Morales; GM Enterprises (3) Mr. Carl Krogness, P.E.; Brown & Gay Engineers, Inc. Phone (817) 284-9400 Fax (817) S89-9993 Metro (817) 589·9992 (' .. r-- TABLE OF CONTENTS ~ 1.0 INTRODUCTION---------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING~---------------··-------·· 2 3.0 SUBSURFACE CONDITIONS:-··--····--···-·------------..:.·-··----····---·· 4 4.0 PAVEMENT DESIGN-----·--···-·--··-··--········-·····-----·-·--···-·--···-·-··6 6.0 EARTHWORK·---------------··· · ·--···--------·-····--·-···-·-··-········-11 6.0 CONSTRUCTION OBSERVATIONS --···-···-··-········-·······-····-·--····-·--··-····---12 7.0 REPORT CLOSURE ·-·----···-··-···-···---·-···-·--···-------------·--13 APPENDIX A .Ernm Plan of Borings ···-----·········-···-····-·-···-···---·-····-·-··-------·-----------A 1 Unified Soll Classlflcatlon System-------------------------------------··--···--·-··-···-·-·A2 Key to Classification and .Symbols----··-··-·--··-·-··-···-·-·······-----·-··-··-·--········-A3 Logs of Borings---··-·····-------------···---------------·-··--··-···-···---· A4 -A.12 Torvane Shear Test Results---···----···-····-·-·--·------------·--·--------------A.13 Trlaxlal Shear Test Reports ·----------------------···-------·-····-----------·--A.14-A.22 Free Sw~II Test Results ··--·----·--·-·----------------·--··----------------····-A.23 Lime Serles Test Results------------------··--·--··-···-·····---··---·-·-------A.24 -A.26 Soluble Sulfate Test Results-----·----·--------·-·-···---·----·--·········-----·· A.26 -A.27 APPENOJXB Plate Pavement Thickness Design ··-·--:-··--····-----------------··-··-··-·-··-·--·-·-B.1 -B.2 Report No. 456·0B-06B CMJ ENGINl!l!lUNG, INC, 1,0 INTRODUCTION 1.1 General This report presents the results of a geotechnlcal engineering study for total pavement reconstruction of four resldentlal streets In Fort Worth, Texas. Specific streets and project limits are as follows: Blddlson Street from Evans Avenue to Echo Lake Drive South, Blodgett Avenue from Fair Park Boulevard to McClure Street, Butler Street from New York Avenue to Cole Avenue, and the entire length of Eugene Avenue. The new roadways are planned to match their current width and allgnment and wlll lncorporate curb and gutters. This report conforms to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. Plate A.1 depicts the project vicinity and approximate locations of exploration borings. 1.2 Purpose and Scope The purpose of this geotechnlcal engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations. To accomplish Its Intended purposes, the study has been conducted In the following phases: (1) drllllng sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3} performing engineering analyses, using the field and laboratory data to develop geotechnlcal recommendations for the proposed construction. The design Is currently In progress and the locations and/or elevations of the structure could change. Once the final design Is near completion (SO-percent to 90-percent stage), It Is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnlcal recommendations, as a means to determine that our recommendations have been Interpreted as Intended. 1.3 Report Format The text of the report Is contained In Sections 1 througry 7. All plates and large tables are contained In Appendix A. The alpha-numeric plate and table numbers ldentiFy the appendix In Report Ho. 456-08-0GB CMJ BNGINBl!RlNG, INC. 1 ( . . .- which they appear. Small tables of less than one page In length may appear f n the body of the text and are numbered according to tne section In which they occur . Units used In the report are based on the English system and may Include tons per squate foot {tsf), kips (1 kip= 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square Inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2,1 Field Exploration Subsurface materials at the project site were explored by nine (9) vertical soil borings. Borings B-1 through B~9 were drilled to a depth or' 1 O feet below existing grades. The borings were drilled with truck mounted drllllng equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Plate A.1. The boring logs are Included on Plates A.4 through A.12 and keys to classlficatlons and symbols used on the logs are provided on Pl~tes A.2 and A.3. Undisturbed samples bf cohesive soils were obtained with nominal 3-lnch diameter thin-walled ( (Shelby} tube samplers at the locations shown on the logs of borings. The Shelby tuba sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube Is pushed Into the soll by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube In the field, logged, tested for consistency with a hand penetrometer 1 sealed, and packaged to llmlt loss of moisture. The consistency of cohesive soll samples was evaluated In the field using a calibrated hand penetrometer. In this test a 0.25-lnch diameter piston Is pushed Into the relatively undisturbed sample at a constant rate to a depth of 0.26 Inch. The results of these tests, In tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer Is exceeded, the value Is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation {T)<DOT) Test Method Tex-132-E specifies driving a 3-lnch diameter cone wlth a 170-pound hammer freely falling 24 Inches. This results In 340 foot-pounds of energy for each blow. This method was modified by utlllzlng a 140-pound hammer freely falling 30 Inches. This Report No. 458..08..0&B CMJ BNGlNEBRlNG,lNC. 2 f-. results In 350 foot-pounds of energy for each hammer blow. 1-n relatively soft materials, the penetrometer cone Is driven 1 foot and the number of blows required for each 6-fnch penetration Is tabulated at respective test depths, as blows per 6 Inches on the log. In hard materials (rock or rock-like}, the penetrometer cone Is driven with the resulting penetrations, In Inches, recorded for the first . and second 50 blows, a total of 100 blows. The penetration for the total 100 blows Is recorded at the respective testing depths on the boring logs. Ground·water observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the bore holes were backfilled with hydrated bentonlte chips and properly plugged at the surface with asphalt. 2.2 Laboratory Testing Laboratory soll tests were performed on selected representative samples recovered from the borings . In addition to the classification tests (liquid limits, plastic llmlts, and percent passing the No. 200 sieve), moisture content, hand panetrometer,. unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classlflcatlon tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are Included on I the boring logs. ( The undrained shear strength of selected soil specimens were estimated In the laboratory with a Torvane shear test device. The undrained shear strength values determined with the Torvane device are presented In tsf on Plate A 13. Nine trlaxlal shear tests were performed on specimens from selected samples to evaluate shear strength properties of · the subgrade solls. The trJaxlal shear tests Included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The results of the trJaxlal tests are presented on Plates-A.14 through A.22. Four swell tests were performed on specimens from selected samples of the clays. These tests were perfom1ed to help In evaluating the swell potential of solls In the area of the proposed pavements. The results of the swell tests are presented on Plate A.23. Report tlo. 468-08 -068 CMJ BNGINRBRJNG,INC. 3 I ( Four Eades and Grim Lime Serles. tests were performed on a selected samples to Identify the I ,- appropriate concentration of lime to add to soils for modification purposes. The results of the lime series tests are presented on Plates A.24 and A.26. Five soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help Identify sulfate-Induced heaving potential of the soils. Sulfate-Induced heaving can cause detrlmental volumetric changes to a lime modified subgrade. The result of the sulfate tests are presented on Plates A.26 and A.27. The above laboratory tests were performed In general. accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geologies According to the Dallas Sheet of the Geologic Atlas of Texas, the project site Is geologically located In an undivided mapping unit which Includes the Pawpaw Formation, Weno Limestone, and Denton Clay, of the Lower Cretaceous age . The Pawpaw Weno Denton formation consists of limestone and shale occaslonally with alternating clay layers. The formation typically weathers to form residua! deposits of moderately to highly active plastlo clay. Occaslonal thin limestone layers can be present within the Pawpaw formation. 3.2 Soll Conditions Specific types and dept.hs of subsurface strata encountered at the boring locations are shown on the boring logs In Appendix A. The generalized subsurface stratigraphy encountered In the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the lnvestlgatlon 1 and the boundaries between the various soil types are approximate . Pavement Is present at all the borings locatlons, consisting of 1 to 4% Inches of asphalt surfacing. Gravel base material Is present beneath the asphalt In Borings 8-1, B-3, and 8-5 through B-9 and Is 2 to 4 Inches In thickness. No significant fills were noted within the borings . Report No. 4S6 ·D8·06B CMJ BNG!NEBRING, INC, 4 t-·· Natural soils consist of dark brown, brown, llght brown, grayish brown, olive, reddish brown, and gray silty clays, shaly clays, sandy clays, and clays. Limestone fragments ere often present within the upper solls, and were In abundance In several looatlbns. The clay solls typically contain calcareous nodules or deposits. A tan limestone layer one foot In thickness, Is present at 4 feet In Boring 8-8. Abundant gravel Is present directly below this tan limestone layer to a depth of 7 feet In this boring. The various clays had tested Uquld Limits {LL) ranging from 34 to 77 and Plasticity Indices (Pl) ranging from 16 to 60 and are classlfled as CL and CH by the Uses. The various clays were generally stiff to hard (soil basis) In consistency, with pocket penetrometer readings of 1.76 to greater than 4.5 tsf. The clay soils had tested dry unit weight values ranging from 98 to 121 pcf and moisture content values range from 8 to 25 percent. Intact units of tan limestone are present In Borings B-6 and B-9 at depths of 6 feet and 1 foot, . . respectively. The tan limestone Is moderately hard to very hard (rock basis), with Texas Cone Penetrometer {THO) test values of 0.25 to 3 Jnches of penetration for 100 hammer blows. Clay seams are present within the tan limestone In Boring B-9 to a depth of 8 feet. 3.3 Ground-Water Observations The borings were drilled using continuous flight augers In order to observe ground-water seepage during drilling. Ground-water seepage was not encountered during drilling and all borings were dry at completion of drilling operations. Fluctuations of the ground-water level can occur due to seasonal variations In the amount of ralnfall; site topography and runoff; hydraullo conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground-water can trap atop limestone layers, occur In Joints or gravel seams In the clays or via more permeable strata. Report No, 466-08-066 CMJ BNG!NBBRING, INC. 6 ( 4.0PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations ~ General The performance of the pavement for this reconstruetlon project depends upon several factors Including: the characteristics of the supporting soil; the magnitude and frequency of wheel load appllcatlons; the quality of construction materials; the contractor's placement and workmanship ablllt!es; and the desired period of design life. The success of the pavement subgrade Is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stablllzed subgrade or flexible base course underlying the pavement, It Is recommended that the stabilized subgrade or flexible base extend a minimum of 12 Inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates. ( 4.1.2 Subgrade Preparation Anticipated subgrade materials generally consist of variable sllly clay, sandy clay, shaly clay, or clay materials. Excavation at these _ sites could expose limestone. These higher plasticity clays, those with a Pl of 20 or greater, are subject to loss In support value with the moisture Increases which occur beneath pavement sections. They react with hydrated lime, which serves to Improve and maintain their support value . Treatment of these soils with hydrated lime will Improve their subgrade characteristics to support area paving. A visual observation of the pavement subgrade should be considered fol!owlng rough grading to determine specific materials which are present that would benefit from the addition of llme. In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247, Type A, Grade 1 on an equal basis. Cuts can expose the limestone. These limestones provide excellent support In an undisturbed condition; however, they are difficult to cut to finished grade and some fill may be required. Pulverization and compaction equipment often break down the limestone to e material that also benefits from stablllzatlon, although large rock fragments hamper conventional mixing procedures. Report No . .C56-08·06B CMJ F.NCINIIB!UNG, INC. 6 ;. .. ·_ Depending on the required grades, It may be advisable to undercut such areas and place a lime stabilized clay or flexlble base . Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required In some areas to Intercept this seepage. This can be evaluated after grading has been performed. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex 124-E. Potential vertical movements on the order of 2% to 3% Inches are estimated In most years. Movements on the order of 1 to 1 Yz Inches are estimated where less plastic clays (Boring 8-6) or shallow limestones are present (Boring 8 -9). Movements In excess of these estimates can occur If poor drainage, excessive water collection, leaking plpelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater Infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and Joints In the pavement should be sealed on a routine basis after construction. 4.3 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate -Induced heaving potential. Sulfate~ Induced heaving Is caused when hydrated lime Is added to a soll with high sulfate concentration . The lime reacts with the sulfates to cause potentially large volumetric changes In the soil. Portland cement also produces lime as ·a byproduct of hydration, and therefore also reacts with sulfates. Soluble sulfate levels In soils on the order of 2,000 parts-per-mllllon (ppm) or less ~re usually of low concern and warrant only observation of the subgrade during the stabilization process. The soluble sulfate levels of the tested samples ranged from 116 to 189 ppm. Since the samples tested were below 2,000 ppm, a single treatment process Is recommended . The single treatment Is described In Section 4.4. In addition, It Is recommended that during the curing period 'of the llme treatment , the subgrade be supplied with ample moisture to allow proper hydration, and It should be checked for any volumetric changes that may Indicate a sulfate-Induced heaving condition. Report No. 456-08-0SB CMJ BNGl'NEBRJNG, INC. 7 ( .. 1·- 4.4 Pa~ement Subgrade Preparation ~ Mme Stabilization · Lime stabilization Is recommended for all subgrade areas with plastic clays, typlcally with Plasticity Indices greater than 20. Prior to llme addition, the subgrade should be proofrolled with heavy J:)tiet.fh'latfo equipment. Any soft or pumping areas sHoUld be undercut to· a flnn stJbgra'"de and properly backfilled as described In the City of Fort Worth Pavement Design Standards manual, 2005 Edition, Special Technlcal·Speclflcatlon (STS). According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification, STS-003 Earthwork, Section 3.07, the stablllzed subgrade should be scarified to a minimum depth of 6 Inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between minus 2 to plus 3 percentage points of the optimum moisture content determined by that lest. It should then be protected and maintained In a moist condition until the pavement Is placed. The presence of limestone fragments and calcareous nodu les In the surflclal soils can compllcate mixing of the soll and llme. It fs recommended a minimum of 7 percent hydrated lime be used to stabllize the clay subgrade ( soils. The amount of hydrated lime required to stablllze the subgrade should be on the order of 32 pounds per square yard based on a dry unit weight of 100 pcf for a 6-lnch depth . The hydrated lime should be thoroughly mixed and blended with the upper 6 Inches of the clay subgrade (TxDOT Item 260). The hydrated linie should meet the requirements of Item 260 {Type A) In the Texas Department of Transportation (TxDOT) Standard Speclfloatlons for Construction of Highways, Streets and Bridges, 2004 Edition. 4.4.2 Subgrede Preparation Cons/darstlons It Is recommended that subgrade stablllzatlon extend to at least one foot beyond pavement edges to aid In reducing pavement movements and cracking along the curb fine due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped lmmedlat~ly from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond In order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and . debris. Sand should be speclfically prohibited beneath pavement areas, since these more porous ,~<?1!~.-~an , allow water Inflow, resulting In heave and strength loss of subgrade soils {lime stablllzed sol! wlll be Report No. 456-08 ,068 CMJ l!NG!NJiBRlNG,lNC. 8 allowed for fine grading). After fine grading each area In preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage Is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. This can be accomplished by maintaining at least 1 percent slope of the finished grades and discharging the water Into drainage structures. All pavement construction should be performed In accordance with the procedures provided In Section 4.6. 4.6 Pavement Sections Pavement analyses were performed using methods outlined In the MSHTO Gulde for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials and the City of Fort Worth Pavement beslgn Standards Manual, 2005 Edition. The design equations were solved using MSHTO Pave,nent Analysis Software. In the AASHTO method, traffic loads are expressed In Equivalent 18-klp Single Axle Loads (ESAL} over the design life of the pavement structure. Based on the results of the field and laboratory Investigation and on soil plasticity properties, the ( following design parameters were used f n our thickness design calculations for the proposed streets (soil parameters were conservatively established for the soils that are expected to exhibit lower bearing strengths): Subgrade Solfs ..... , ................................................... Clay Design Life .................................. : ........................... 26 years Initial Serviceability ............................................ : ..... 4.5 Terminal Servlceablllty ............................................ 2.0 Rellab]IJty ............................•.................................... 80% Overall Deviation (rigid} ........................................... 0.35 Overall Deviation (flexible) ....................................... 0.45 Load Transfer Coefficient ........................................ 2.7 Drainage Coefficient (rigid) ...................................... 0.70 Drainage Coefficient (flexl~le) .................................. 0.40 Design CBR (raw subgrade) .................................... 5 Adjusted Design CBR (time stabilized) .................... 12 .Loss of ~upport ....................................................... 1.0 Concrete Modulus of Elasticity ................................ 3,604t997 psi Concrete Modulus of Rupture .................................. 630 psi The following rigid and flexible pavement sections are provided for a Residential -Rural (low volume) street classification. Detailed pavement design calculatlons and assumptions are Report No. 466·08·068 CMJ BNGINBERING,INC 9 ,. I presented ~n Plates B.1 and B.2. The design ESALS were provided In the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. The following pavement section Is suitable for the previously mentioned assumpttons. Any deviation from these assumptions should be brought to our attention Immediately In order to assess their Impact on our recommendations. Pavement Sectlon Street Growth Design Thickness Material Classification Factor ESAL (In;) 7 ·pee 6 Lime Stabilized Subgrade or Flexible ease 2 HMACTypeO Resldentlal -Rural No 626,000 (low-volume) Growth .6 HMACTypeB 6 Lime Stabilized Subgrade or Flexlbl~ ~ase According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, the allowable drainage coefficient for rigid concrete slab~ placed dlrectly on a llme stabilized clay subgrade without a permeable base layer must be no greater than 0. 7. For flexible pavements, the maximum allowable drainage coefficient for modifying base and sub~base structural layer coefficients without a permeable base layer connected to an edge drain system Is equal to 0.4. In addition, a reduction factor must be applied In the calculation for tlie subgrade resilient modulus for flexible pavements equal to 80 percent of the calculated raw subgrade CBR value. The above requirements directly affect pavement thickness calculatlons. 4.6 Pavement Material Requirements Material and process speclfloatlons are required to be In accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification. These specifications generally Include the followfng references to TxDOT Standard Specifications for Construction of Highways. Streets and Bridges, 2004 Edition. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed In accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced Report No. 458-08·0&8 CMJ ENCINEBR.INC, INC 10 I 1- with temperature steel and all pavement Joints should be placed and constructed In accordance with the City of Fort Worth Pavement Design Standards Manual. 2005 Edition. Section 4.5.4. Hot Mix Asphaltlo Concrete Surface Course: Item 340 1 Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways. Streets, and Bridges, 2004 Edition. Hot Mix Asphaltlc Concrete Base Course: Item 3401 Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways. Streets, and Bridges. 2004 Edition. · Lime Stabilized Subgrade: Lime treatment for base course (road mix) -Item 260, Texas Dep~rtment of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition . Flexible Base: Crushed Stone Flexible Base -Item 2471 Type A, Grade 11 Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways. Streets, and Bridges, 2004 Edition. 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelllng of up to 3% Inches. In order to minimize rainwater Infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and Joints In the pavement should be sealed on a routine basis after construction. Proper surface drainage In the shoulders Is also crftlcal to Jong term performance of the pavement. Water allowed to pond adjacent to the pavement wlll result In loss of edge and subgrade support and an Increase In post construction heave of the pavement. 6.0 EARTHWORK 6.:1 City of Fort Worth Required Specifications The City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS} covers the requirements for general e~rthwork, undercutting excavation and Report No. 4&6-08-0GB CMJ ENGINl!l!RING, INC. 11 ( backfill for unstable subgrades for City Streets lncludlng excavation, compacted earth fill, flowable fill, and trench backfill. The design engineer may refer to this specification directly In the contract documents. Related requirements are found within the Special Technical Specification. 6.2 Utilities Unusual problems with caving soils or collapsing materials were not noted at the boring locations. Care should be taken that utility cuts are not left open for ·extended periods, and that the cuts are properly backfilled. Backfllllng should be accomplished with properly compacted Impermeable solls, rather than granular materials In accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS). Trench excavations should be sloped or braced In the Interest of safety. Attention Is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 6 feet In depth. 6.3 Erosion and Sediment Control All disturbed areas sh9uld be protected from erosion and sedimentation during construction, -and all permanent slopes and other areas subject to erosion or sedimentation should be provided wlth permanent erosion and sediment control facllltles. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnlcal lnvestlgaUon, the design recommendations are ba$ed on a limited amount of Information about the subsurface conditions. In the analysis, the geotechnlcal engineer must assume the subsurface conditions are similar to the conditions encountered In the borings. However, quite often during construction anomalies In the subsurface conditions are revealed. Therefore, It Is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation Installation and perform materials evaluation during the construction phase of the project. This enables the geotechnlcal engineer to stay abreast of the project end to be readily available to evaluate unanticipated conditions, to conduct additional tests If requlred .Md,JYMO ~ .. ~d--------· necessary, to recommend alternative solutions to unanticipated conditions. Until these Report No. <166,08-069 CMJ BNG!NmuNC,INC. 12 I -,-- construction phase services are performed by the project geo~echnlcal engineer, the recommendations contained In this report on such items es final foundation bearing elevations, proper soil moisture condlUon, and other such subsurface related recommendations should be considered as preliminary. It Is proposed that construction phase observation and materials testing commence by the project geotechnlcal engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services Is for the owner or the owner's design engineers to contract directly with the project geotechnlcal engineer. This results In a clear, direct line of communication between the owner and the owner's design engineers and the geotechnlcal engineer. 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, lno. The locations and elevatlons of the borings should be considered accurate only to the degree Implied by the methods used in their determination. The boring logs shown In this report contain Information related to the types of soil encountered al specific locations and limes and show lines delineating the Interface between these materials. The logs also contain our field representative's Interpretation of conditions that are I believed to exist In those depth Intervals between the actual samples taken. Therefore, these boring logs contain both factual and Interpretive Information. laboratory soil classification tests were also performed on samples from selected depths In the borings. The results of these tests, along with visual-manual procedures were used to generally classify each. stratum. Therefore, It should be understood that the classlflcatlon data on the logs of borings represent visual estimates of classlflcatlons for those portions of each stratum on which the full range of laboratory soll classification tests were not performed. It Is not Implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water condltlons,·thls report presents data on ground-water levels as they were observed during the course of the field work . In particular, water level readings have been made In the borings at the times and under conditions stated In the text of the report and on the boring logs . It should be noted that fluctuations In the level of the ground-water table can occur with passage ~f time due to variations In rainfall, temperature and other factors. Also, this report does not Include quantitative Information on rates of flow of ground water Into excavations, on pumping capacities necessary to dewater the excavations , or on methods of dewate.rlng Report No. 458·08-0GB CMJ BNGINBERING, INC 13 ( excavations. Unanticipated soil condttlons at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that addltlonal expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund Is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained In this report are based on site · conditions as they existed at the time of our field Investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that Is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at I he time they were completed. If, during qonstructlon, different subsurface conditions from those encountered In our borings are obseived 1 or appear to be present In excavations, we must be advised promptly. so that we can review these conditions and reconsider our recommendations where necessary. If there Is a substantial lapse of time between submission of this report and the start of the work at the site, If conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or If structure locatlons, structural loads or finish grades are changed, we urge that we be promptly Informed and retained to review our report to detennlne the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, It Is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained In this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended In the report, and such other field observations as might be necessary. The scope of our services did not Include any environmental assessment or Investigation for the presence or absence of wetlands or hazardous or toxic materials In the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use In developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their Intent within the overall concept of this report. The Report No. 456-08-066 CMJ ENmNEliRJNG, INC, 14 reproduction of this report, or any part thereof, supplied to persons other than the owner, should Indicate that this study was made for design purposes only end that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafflcabllity, etc. are responslbllitles of the contractor. This report has been prepared for the exclusive use of GM Enterprises and their consultants for specific application to design of this project. The only warranty made by us In connection with the services provided Is that we have used that degree of care and sklll ordinarily exercised under similar conditions by reputable members of our profession practicing In the same or slmllar locality. No other warranty, expressed or Implied, Is made or Intended. * * * * Report No. 466-08,0SB CMJ BNGIN!BRING,INC. 15 i ) ) Doooa Lemont * .~ ~ -~ i w 2 Buller B-3 I lomo Dlckson f u. aggoman ~ ~ Mason ~ Q. .!:: ir G) 8 B-8 ~- CMJBNGINBBRING. lNC. CMJ PROJECT No. 1,56-08-068 Butler ~ lJ ~ Merlwelher B-5 B-7 Blod alt Bia~ O!ll>l>le Ams ker Hatchcox B-9 J -Eu$n~ Prln~ Seminary Drive PLAN OF BORINGS PAVEMENT DESIGN AND RECONSTRUCTION GROUP 98 COUNCIL DISTRICT 9 FORT WORTH, TeXAS ~ N I LEGEND: + Boring Location 0 500 . 10()() ful Approx/ma~•-Scolt PLATE A.I ( ( Major DMslons Grp. Typical Names Laboratory Classification Criteria Sym . .. Wen-graded gravels, gravel-6) .!Qi ; D'° l (0,,)1 N 112 GW sand mixtures, fitue or no ~ c.• -greater lhan .c: Cg• ----between 1 ,nd 3 .!2 g lines 2 -o.!2 Dio D10 xD60 C i es Cl) 0 ~'ii ti ~ Poorly graded gravels. gravel l ·iit 1f g·~ o! GP &and mixtures, UH!e or no Not meeUng all gradation requirements for GW Cl) j2 GJ E lines &g) ! ., f? 'ii w ~ 8 '<t ~1 -t:l.! Liquid and Plasuc nmlts ~ (!) .... d SDty gravels, gravel-sand-slit ....... (!) (!) 'C Liquid and plastic fimlts oz Ji; ..... GM f!l I ,., below "A" line or P .I. d I ta mixtures greater than 4 plotting In hatched zone :z r:: :Ii t jl ~ 1 I I between 4 and 7 are la i i"' borderHne cases .!!l:i; Llqutd and Plas~o limlts ~~ ~ !!,! . Clayey gravels, gravel-sand-t, I m requlrlng use of dual 0 ... e o. GC above "A" line with P.I. i~ e (!) ~ day mbclures greater than 7 symbols r ..._. CIC ~ E~ I ~ 1i3 ... (/)i g.£ l ~ 0~ (DJ GJ WeH11raded sands, gravelly ·i= = SW I ~ 'O C sands, little or no lines u JJ j C,=0 greaterlhan6: 0 0 "---betwean 1 and3 -c"" Ill ~g 10 D10 XDe, .~ Cl) ai r:: ... ,f:i . 10 0 Poorly graded sands; 0 .!! ., (11 g t: tJ 'Cl) (.) ~ SP gravelly san~. little or no ~i f;; Not meeUng all gradation requlremenls for SW !!:: Cl)~ i 1¥ fines ~V> (a. i j ~ '£1 .... 'Eo N ~ 8~ 0 ~4) 11)..- XI§ OID> CCCI) Liquid end PlasUo limlls f ... 0 Silly sands, sand-silt f l··u;: 0 oz SM below "A" line or P.I. less Liquid end plastlo limits E 1e C ,e 0 mixtures ~~~ .... ...... E than4 plotting between 4 and 7 .cl! ,5 Ill ..... a.,g ~ a i-;~ 4) gJ a ,a It) ere borderline cases -c {l i,;::: .. Cl>: Sl Liquid end Plastlc fimlts requiring use of dual C c e J(~ SC Clayey sands, sand-clay Iiai above "AH line with P.I. symbols 0 fl) I mixtures iii ~ greater then 7 OO'U Inorganic &Ills and very line 8 ML sands, rock flour, silty or l/) dayey line sands, or clayey C sl!ts with slight plasticity I ii Inorganic days of low to / 'C I medium plasUclty, gravelly '0 5~ CL ~ ~ J;l days, sandy clays, snty r, / clays, and lean clays v• / .d (l)l CH z / f;j 2 . OL Organic slits end organic sUty 4 ~ days of low plasticity Ill ... I I/ rg 41) ii .s .l!! 8 Inorganic slits, mlcaceous or ,~ ~ ti It) MH dtatomaceous fine sandy or •• OH11 dMH C Q. ~i sllty solls, elasllc slits ·~ V U: E 11 CL 0 CH Inorganic clays of high / -)! ii plasUclty, fat clays 1: V I 7~""li~W ML• lidOL 'C 4 V e ·i Organic days of medium to 0 0 c!. OH high plastlclty, organto slits 0 10 20 30 .co 60 60 70 80 GO 100 ~ . LlcµdUmlt .a:,~ gj Peat end other highly organic Plastlclty Chart .C IO Pt lai sous UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA,2 SOIL OR ROCK TYPES CD-=-GRAVcl -0 •••• • • SAND •••• HIGHLY PLASTIO CLAY ! LIMESTONE CONGLOMERATE Shelby Tube Auger Split Spoon Rod< Cora TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Salls (Mo<e than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsij Soft 0.0 to 1.0 Arm 1.0 to 1.6 Stiff 1.6 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5-t- Coarse Grained Soils (More than 60% Retalnecl on No. 200 sieve) Penetration Reslstance DescrlptlvG Item (blows/foot} Oto4 4to 10 10 to 30 30 to50 Over60 Very loose Loose Medium Dense Dense Very Dense Relative Density o to20% 20to40% 40to70% 70to 80% 90to 100% Contains appreciable deposits of calcium carbonate; generally nodular Having Inclined planes of weakness that ere slick and glossy In appearance Composed of thin layers of varying color or texture Containing crack~. sometimes filled with fine sand or silt Cone Pen No Recove,y Soll Structure Calcareous snckenslded Laminated Fissured lnterbedded Composed of alternate layers of different sol! types, usuaUy In approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementatlon Very Soft or Plasllc Soft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cemented Degree of Weathering Unweathered sn9hUy Weathered Weathered Extremely Weathered Can be remotded In hand; corresponds In consistency up to very stiff In solls Can be scratched with fingernall Can be scratched easily with knife; cannot be scratched with fingemall Difficult to scratch with knife Cannot be scratched with knife Easily crumbled Bound together by chemically precipitated material; Quartz, calcite, dolomite, slderlte, and Iron oxide are common cementing materials. Rock In Its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soll KEY TO CLASSIFICATION AND SYMBOLS PLATEA.3 -Project No.· I Boring No. Project Pavement Design and Reconstruction 466-08 -06 8-1 Council District 9 -Group 8B -Fort Worth, Texas CMJ l!NGINUIUNGINC. location Water Obsorvatlons See Plate A.1 Dry during drllllng; dry;at completlon Com~letlon I Complellon I Dept 10.0' 0ata 11-12.oa Surfa~ Elevatfon Type B-34 w/ 6" CFA ti i 8 0 rt .. Q 0 if @ N ~rt Jif ! 01 0 .,. Q. Stratum Description !~ ~ ~ ..,. .f. Ji II fi 0 g 1~~ SE 11 fi ~§! K! li c,; '·-mo.t-,! n. (I) s ::, 11. -~ • '-' 4SPHAL T 2 Inches thlCIC Ir 4.6+ 42 63 20 33 16 -\"GRAVEL . 4 Inches lnJCK I 4.6t 9 I- -:,~ r\C'tiY. dark brown, WT calcareous nodules and l 2.& 15 I--ra ~ estone fragmenls, hard 1.76 16 ~ SILTY CLAY, llghl brown, w/ calcareous deposits, ~; 3.0 70 41 17 24 16 i--5-stiff to very sUff !--... 3.6 18 I-SHALY CLAY, light brown and grayish brown, wt . ..... calcareous nodules and dep0$l!s, very &tiff 3.75 ea 77 27 00 22 1-1; ~------------------------ LOG OF BORING NO. 8-1 PLATE A.4 Project No. I Boring No. Project Pavement Design and Reconstruction £N INC. 466-08-06 B-2 Council District 9 -Group 98 -Fort Worth, Texas CMJ :cJNF.EM..'C LoeaUon Water Observations See Plate A.1 Ory during drllllngj dry at completion Com~leUon ICompletlon i Dept 10.0' Date 11-12-08 ( Surface ElevaUon Type l-8-34, w/ 611 Cf A ~ o B 8 gli f ii l5 t N ~Ii 0 ;ft. lff Stratum Description ii ~~ ;!. ';!. &!u; .s • ~ f' ?f jc' Ii 0 ~ Ii :!2;1:1 'd 11 fl &el ~ _ li(1 !~ o..~ oo :380.. ma.r :Eo ~[ , A!ll>IUI.T 3 Inches thick / 4.6+ 24 36 14 22 12 --SILTY CLAY, brown and olive, wf calcareous 2.6 20 104 I--nodules and limestone fragments, allff 2.0 20 '--i-,.-hard, 3• to 1' r 2.25 25 CLAV/SHALYC 1 4 Y, reddish brown, w/ ... -2.6 21 1-5-calcareous nodules, blocky, stiff ,_ -,_ --hard below 7' 4.5+ 89 63 26 38 21 100 '--,_ -4.6+ 21 '-10-~------------------------ LOG OF BORING NO. B-2 PLATE A.6 CMJ Pcoject No. IBodngNo. Project Pavement Design and Reconstruction ENGlNEERING INC - 466-08-06 B-3 Council District 9 -Group 9B • Fort Worth. Texas Location Waler ObseNatlons ( see Plate A,1 Ory durlnp drllllng; dry at completion Co~letlon I Compl&flon Dept 10.0' Dale 11-12-08 Sudace Elevation Type B-34, w/ 611 CFA ti l I Q 8 Ii i N git tit Stratum Description t~ t '$. ., ,~~ '#. '#. f ij !{ 5{j 0 ..,, ~ ~ C !! Ji .tl,: g~ a li5 v(i). i Oo oc 0. i,-; o.w ~o ::, 0. :;; • c:: 4$ .. MaLT, i.6 !Oches lll[Ck /;. 4.0 48 45 18 27 11 121 L.. ' Q~A,Vl'L 4 incnes thick 'I 4.0 15 114 ... SILTY CLAn· brown, W/ calcareous nodules and 4.6i-85 41 15 26 13 ~ '-aburnlant lmeslone fragments, veN stiff ' 4.5i-14 ... SIL TY OLAY l §HAI,)'.: CLAY, Ugh! brown, WI 23 ~ calcareous nodules and weathered l!meslone 2.76 -6 ~ ~ seams, very sUff to hard --~ -stiff, 4' to 6' --blocky below 4' 4 .5-t 17 ~ ~ -~ % .... -4.5i-21 '-1 .. -~------------------------~ ! LOG OF BORING NO. B-3 PLATE A.6 CMJ ProJeetNo. I Boring No. Project Pavement Design and Reconstruction ENGIN!!IIRING INC - 456-08-06 8-4 Council District 9. Group 9B • Fort Worth, Texas Locallon Waler ObseNallons See Plate A.1 Dry during drllllng; dry at completion ComtleUon Dept 10,0' I Completion Dale 11-12-08 ; ! Surface El&valfon Type i-B-34, wl 6" CFA ~ -J 0 ~ fi IJ Ii ~ 13 .6 0 ~ ~it 1·11 n. Stratum Description ii~ z . ... 1~ 0 ~ '#. 1:11~ ~ 0~ !!1{ ~::I ~ a Jg ;g .J )d I~ ~~ §i§ ~ tiC-1 g.~ i:~ C io 0. t-" ::i Q. .!E :) ::i Ba. I'.: h. ASPMAL T, 4.5 Inches thlCK r 4.6+ 18 108 ... SIL TV c• .Av J>rown , w/ limestone fragments and 4 .25 79 42 15 27 14 ;::; ,- . P,:: calcareous nodules, ve,y sllff lo h11rd 4.6+ 16 >--llght brown, 2! to 5' 4.~ 15 V, >-4 .6+ 15 -5 ,.. V, CL.AV/ SHAL Y f<lLAY , reddish brown and brovm, w/ --calcareous n ules, blocky, hard ~ -4.5+ 98 62 24 38 20 103 --... -4.6 + 22 -10-~-------------------~----- LOG OF BORING NO. 8 ·4 PLATE A.7 CMJ ProJeetNo. 'BodngNo. Project Pavement Design and Reconstruction l!NGINEERING INC. - 456-08.06 8-5 Councll District 9 -Group 9B. Fort Worth, Texas location Water Obse,vatlons SeePlateA.1 Dry during drllllng; dry at completion ( Cooltetlon Dep 10.0' ICompleUon Date 11-12-08 Surfaoe Elevation Type B-34, w/ 6 11 CFA ti -:-J 0 i~ 5 i~ l» f;I ! l5.5 ~ ~ !irt J f g Stratum Description ;I. ~ ,-. o,'$. '#, I~ f1 ii ~i i~ i{ !! a . IJ1 ~ ~ :!i ~ loo.}-! ::, ::, n. ... _, llSPHALT. 2 Inches thick /r 4.6+ 77 44 18 28 18 --~ \OAA.VEL 4 lncnes thtck I 9 -:i! SILTY CLAY, orown, w/ Bmastone (Nlgments and 4.6+ 18 ... ~,.: calcareous nodules, hard 4.6+ 9 -I? . 4.6+ 23 -6 OLAV I SHA LY CLA V, redd ish brown , wJ ... -calcareous nodules end Cl)'slal seams, blocky, very ... -sUff 3 .25 26 ... ---4 .0 84 52 22 30 24 99 ~0-~------------------------- I ) ' j LOG OF BORING NO. B-5 PLATE A.8 CMJ Prof eel No. I Boring No ; Project Pavement Design and Reconstruction !NGINURINGINC. - 466-08-06 8-6 Council District 9 • Group 98 -Fort Worth, Texas Locallon Water Observations See Plate A.1 Dry during drilling; dry at completion Com~letlpn Dept 10.0' I Completion Date 11-12·08 ( Surfaoe Elevation TWe ,--B-34, w/ 6" CFA It I II 0 It fl ._a ~ ~rt ~ti oij 0 ~ ti Stratum Description z !~ • 0 '$. ~ 1· i'~ ~ Ji it! ~:i a:u: ·-1 i~ .I oo t!§ ~ 0 C(lj lj §~ a ID it t-= I~ ET !8 5 ~ ~ ::i . -= "SPUALT 2.51neneslhfck /r 4.6+ 62 41 18 23 15 106 .... \GRAVEL 3.5 Inches thick I 4.5+ 14 . .... SILTY CLAY. light brown , w/ limestone fragments 4.6+ 17 ... -[::?. end calcareous nodules, hard 4.6+ 16 ... --w/ reddsh brown, 1' to 2' 4.6+ 19 ,-5 .... -:.<~ ~ blMESTONli, tan. very hard .... _ ... ,-,--... _µ ---1~ rr 1100/0.76 w.... ._ ________________________ i-. ( LOG OF BORING NO. 8-6 PLATE A.9 ( . " J I a, ~ . 9 Project No . I Boring No ! Project Pavement Design and Reconstruction 466-08-06 8-7 . councll District 9 • Group 98 • Fort Worth, Texas LocaOon Water ObservaUons See Plate A,1 Dry during drllllng; dry at completion eomruon Dep 10.0' I Completion Date 11-12-08 Sudaee Elevation Typo B-34, WI 611 CFA ti !I 0 6 ... di ~ 0. Stratum Description 0~ ~ ~ ~ '#. ,~~ ,~ :,!e ~ ~ 0 ,, :-;id 1! ~ &~ mif t-= ::J. n. =I , '-' AS>iHALT 2.6 Inches lhlek ff' 2.76 69 61 20 .... \GRAVE!:, 3 Inches IIIICK I 3.6 I-CLAY/ SILTY CLAY, reddish brown and brown, W/ 4,6-t .... calcareous nodules, stiff to very stiff 2.75 ~ --hard, 2' to 3' 2.25 >-6- ~ -CLAY/ SHAL Y CLAY, reddish brown, w/ ~ -calcareous nodules, blocky, &tiff to very stiff 3.0 98 62 22 ... -._ -4.0 ·-.,., -~------------------------ LOG OF BORING NO. 8-7 CMJ ENOINB!RINO INC. - .. ~. -··. c:~ ~G! ~ J·R·i I! j1l Ii s aJ ~8 B..5 5 f 31 16 25 88 11 16 21 40 23 22 . PLATE A.10 ' . ~ PtoJect No. I Borlrig No. P,oject Pavement Oeslgn and Reconstruction 456-08-06 B-8 Council District 9 -Grouo 98 -Fort Worth, Texas Locallon Water Obse1Vallons See Plate A.1 Dry during drllllng; dry at completion Com~lell9n Dept 10.0' I Completion Date 11-12-08 $udice l:levallon Type B-34, WI 6" CFA i J I 0 6 .~ ~ 0 ~ Stratum Description ii~ ~~ ~ 0~ ~ ~ Ii :s :,,! I! (.) 0 C: • ~ ~ met~ o-E ::J:J ~ ~ALT, 1 lllCnthlck A' 4.5+ 64 'J7 21 ~ VEL, 2 tnCl18$ lhlCI( I 4 .5+ ~ ._ ~ SANDY CLAY. reddish brown, w/ Ironstone 4.5+ ._ nodules, c::afcareous nOdules, and abundant 4.6+ >--t\. ltmestone r,afmenls, hard f 100/0.5" '-'--• -light br~wn, 3' o 4' '--6 ~LIMESTONE, ten , very hare! --. ~ll&LV c• 11v Jlghtbrown and grai, w/ calca reous -nodules and Ironstone nodules, erd 4.6+ 100 69 23 .... -fa -w/ abundant grave~ 6' to 7' ... 4.5+ ..... 1;; ~ -------------------------!,' : i LOG OF BORING NO . 8-8 CMJ liNG!NBP.RlNG INC. - I ali iii ~ IJu b e...r lij Ii 111 jJ ~s 'e ll..!i: :, :J n. 16 15 106 19 89 15 104 8 46 20 17 ( PLATE A.11 PcoJec:t No. I Boring No. Prolect Pavement Design and Reconstruction INC. - 466-08-08 B-9 Council District 9 • Group 88 • Fort Worth, Texas LOC9Uon Water Observations See Plate A.1 Dry during drilling; dry at completion CO~lellon Oep 10,0' I Completion Date 11-12·08 Sulface ElevaUon Type B-34, w/ 6" CFA it -:-11 0 s:ir ,s Jn ._a ~ in! g J Stratum Description o,g i ?I, 11f ~ ~ i'. o'if. !~ -;;. ,ff ii ~· 0 8 i~ ,§, ~1 l: ~ i~ §J~ &! lcn E .!!I . fj :i8 n: IO Q.1-' ::I n. :l ::, n. 177Zil ·n 6SPI.U,LT. 1 Inch llllck r 4.6+ 71 63 24 39 22 -_f-'-r 1 GRAVEl 2 .5 uicnes th ick '/ -CLAY , brown, w/ 1mestone fragments and 100/2.6" rr--~ lronslon~ nodules, hard I --l lMi:StONE, tan, moderately hard 100.r.;· •WI clay 6eams, 1' to 8' >-5 7 -- '-_y.. .... CI -very hard, 6' to 1 O' '-L-1.-~00/0 .25 -1~ ·-------------------------...L - LOG OF BORING NO. B-9 PLATE A.12 TORVANE SHEAR TEST RESULTS Project: Pavement Design and Reconstruct!Qn r--Council District 9 -Group 98 -Fort Worth, Texas Project No.: 456-08-068 Boring Depth Torvane Shear Result No. ' (ft.) (tsf) B-1 2-3 9.0 3-4 7.6 8-2 1-2 6.5 2-3 7.0 3-4 6.0 4-6 8.5 B-3 4-5 8.6 B-7 0-1 6.0 3-4 6.5 4-6 8.0 ( CMJ ENGINEERING, INC. PLATEA.13 ( ... \ ) ) 1.20 RESULTS C, tsf 0.68 ., . deg 0 't-TAN p 0) +' 0.80 0 ~ 4) I... +' (I) L 0 0,40 4) i:: U1 2.40 2.00 I I: I I :: I T 1 : ! : : : \ .l,.:..1 .. 1 .... ! .. ; . .i..; .. +H+-+-H+ .... 0 1 ,60 .... ~ 41 (> 1.20 L .... II) L 0 O.BO .... 0 > 4) 0 0.40 0 0 5 10 15 Axlol Strain, 1' TYPE OF TEST: Uncon~olldoted undrained SAMPLE TYPE: Undisturbed DESCRIPTION! SIity cloy, ollvo brown w/llmestone fragments LL= PL= Pia SPECIFIC ORAVITYa 2,65 REMARKS: FIG. NO. 20 Normal Stress, tsf SAMPLE NO, WATER CONTENT,% ~ DRY DENSITY, pcf ~ SATURATION, % H ci~E~~0 rn HEIGHT, In WATER CONTENT, r. t;; DRY DENSITY, pct ~ SATURATION, % VOID RATIO ~ DIAMETER , I n HEIGHT , In Strain rote, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tef PORE PRESSURE, tsf ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 0:, FAILURE, tsf CLIENT: CMJ PROJECT: 20.8 103,6 92,5 0,597 2,76 3.30 22.3 103.6 99.2 0,597 2,76 3.30 3.24 3 .60 1.35 1.34 1. 71 0;35 SAMPLE LOCATION1 8-2 0 1 ,0'-2.0' PROJ, NO.: 456-08-06 DAT~: 11/22/08 TRIAXIAL SHEAR TEST REPORT PLATE A.14 ···- .... OI +' . I) II (I L ,fJ l/1 L 0 ~ (I) . ..... (/1 ¥ . t (l L +' ti) L 0 +' 0 > t> .3,00 2.00 1.00 0 0 1.00 9.00 7.50 • • , • : : ~ a .. ~ .. ;.l.l .... t.i .. i .. L 6.00 .. j .. l,?,t .... j •• j.:, .. : . : I : •: 4.50 3.00 2.00 3.00 4,00 Normal StresL;, lsf SAMPLE NO. WATER CONTENT,~ ~ DRY DENSITY, pcf SATURATION," VOID RATIO R DIAMETER , I n HEIGHT, fn WATER CONTENT,~ ~ DRY DENSITY, pcf ~ SATURATION, % VOID RATIO ~ DIAMETER , f n H~GHT, In Strain rote, %/min BACK PRESSURE, tsf 0 1.50 .. l }·'·;.· .. f .. i··,· .. i· 'f+H .. +·H+ CELL PRESSURE, tsf .. · ·ri·f' ··!··!··. ··l· ·r·:0 r·t·· .. ! .. :·t ·:· · ,"i'!"i'' "i "!"!"i' "i':":"i" 'TT:":' FAILURE STRESS, tsf 0 '!"':·:·:· ":"!":":' : : ! ! l::: PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS, lsf Axial Strain, % PORE PRESSURE, tsf lYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Remold w/7% Lime DESCRIPTION: Silty cloy, olive brown w/llmestone fragments LL= PL= PI= O't FAILURE, tsf 03 FAILURE, tsf CL:CENT1 CMJ PROJECT: 15.0 104.5 68.3 0.583 1.35 3.00 16 .3 104 .5 74.1 0.583 1 ,35 3.00 1.44 1.80 5.36 2.92 6.72 0.36 5.00 SPECIFIC GRAVITY= 2,65 REMARKS: SAMPLE LOCATION: 8-2@ 1.0'-2.0' PROJ, NO.: 456-08-06 DAT£: 12/J/08 6.00 FIO. NO. TRIAXIAL SHEAR TEST REPORT PLATEA.16 ( "· ( ) ) ..... GI 1.20 .., O. BO L 0 4J ti 0.40 0 RESULTS 0 0.40 0.80 1.20 1, 60 2.00 2,40 2.40 2.00 ..... Q) +' 1.60 ·H-,i,-i .. +·H+ ,4,( .. 1,.1 .. ,o)••>•4•t-· . ~ ·F++-+·H+ •'\'•~"l"I" •0l"~•f0 <" Cl) 41 . . . . . . " 1.20 L. +' ti) L 0 0.80 .., 0 > t) 0 0.40 0 0 5 10 15 Axlol Strain, % TYPE OF TEST: Unconsolldoted undrained SAMPLE TYPE1 Undisturbed OESCRIPTIONz SIity clay, light brown w/colo. seams LLA Plc SPECIFIC GRAVITY= 2,65 REMARKS: FIG. NO. PI"' 20 Normal Stress, tsf SAMPLE NO. WATER CONTENT,% ~ .J DRY OENSilY, pof SATURATION, % VOID RATIO ~ DIAMETER , I n HEIGHT, In WATER CONTENT,% ~ ti_ ORY OENSilY, pcf SATURATION, % VOID RATIO ~ DIAMETER, In HEIGHT, In Strain rote, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf ULTIMATE STRESS, tsf PORE PRESSURE,. tsf 0'1 FAILURE, ts f <J3 FAILURE, tsf CLIENT1 CMJ PROJECT: 14.5 114. 1 85.3 0,450 2,77 .3.85 16,6 114-.1 98,0 0.450 2,77 3,85 3 .24 .3.60 1.92 1.92 2.28 o.:rn SAMPLE LOCATION: B-3 0 1,0'-2.0' PROJ. NO.: 456-08-06 DATE: 11/20/08 TRJ'AXIAL SHEAR TEST REPORT PLATEA.16 1.20 RESULTS C, tsf 1.02 4,. deg 0 .... TAN f> 0 OI ..., 0.60 . ~ 4l '- ~ (/) '- 0 0,40 4l .c U) 0 0 0.40 0.80 1.20 1.60 2.00 2,40 Normal Stress, tsf 6.00 .-----------------~,.,. ---------1 . ti OI V L +' (I} '- 0 ..... a > 4l a 5.00 4.00 .3,00 I I l I •I! I I:: I : I; I "1°1 •7"•..-· ··l··, ... l .. t· ·-=-· -:-• t··t .. ")10'"':"0 ~. "l+t'f· ·'!-·H+ ·t·i·t·: .. ·}h·i .. SAMPLE NO, WATER CONTENT, r. .J DRY DENSITY, pof H ~z SATURATION, % f:. VOID RA TIO DIAMETER, In HEIGHT, In WATER CONTENT,% W t; DRY DENSITY, pcf I-SATURATION, % VOID RATIO ·;·i+:· .. : .. : .. :+ ·;·:·;..! .. -:·:·~·;· ~ DIAMETER, In HEIGHT, 'In 2. 00 .. ) .. J • .}.!. :-·{--~ ~: .. i .. : .... ;.J . .:..i .. ,.;,.;,,;,{ .. ~ui,,i, .i,~.,i -.J•• ,,;,.;,~••'-• +·} .. i;,),<.',,i .. j .. l'+ +H .. , .. +H+ Strain rote, %/min l .OO "!·n+ ·+·1 .... ,. ·:·~··d .... , .. ~·t·~.. BACK PRESSURE, tsf l .t .. p .... f .. J .. j .. j. ·<"l"!"I" .. j .. p .:.. CELL PRESSURE, tsf , , I , , t , , • • • I l . r:T ·T!·-ry ·rT:"i" "!":'=·1.. ~ATLu E TREss t r '!": ':' r • ''!"!"!":' ':T'i"!" "l":'i':' rru. R S · · , 9 o : 1 : : i ·: ! ! : : : ! : 1 : : PORE PRESSURE. ts f 0 5 10 15 20 ULTIMATE STRESS, tsf Axial Strain, ~ PORE PRESSURE, tsf <1t FAILURE, tsf 0"3 FAILURE, tsf TYPE OF TEST 1 Unoonsolldalcd undrained SAMPLE .TYPE: Undisturbed DESCRIPTION! SIity cloy, brown LL= PI.,, LIENT: CMJ :PROJECT: 17.7 108, 1 88.3 0.530 2.77 3.95 19.9 108 .1 99.5 0.530 2.77 3.95 3.24 3.60 2.03 2.03 2.39 0.36 SPECIFIC ORAVITYQ 2,65 REMARKS: SAMPLE LOCATION: B-4@ 0.0 1 -1.0· PROJ, NO.: 456-08-06 DATE: 11/20/08 TRIAXIAL SHEAR TEST REPORT FIG. NO. PLATE A.:17 ( ( \ l ) ) . ti 0) • 4) L .µ (I) .... (II ~ (II (II Gl ~ +' (/) L 0 +' 0 ·-> 4) 0 3.00 2.00 1.00 0 6.00 5.00 4.00 3.00 2.00 1 .oo 0 • • • I • I . . .. l . I 11 l :f J i I • I I t . . l . ' . I • J· RESULTS .. f •• ··l··t··~·l-.. J •••• 1 .. 1 .... !··r·t-.. }· .. 1 .. , .. " .... ·· · · ·· .. , .. ; .. ·· ·, .. ·· .. -~--~· .... 1 .. 1 .. i .... , .. t,.~·i· ---------1·-f-' ·JH·t· .. h 'lt" t~+t .. +1··:·j·· ·+r · 1 • +·1-+·1·· ·+, 't'-t-++f !·· ·+t+t· C t f 2 10 'T' ··s·r,·i· ··,·y·,"1" ··, ·r·i":" ''!":"l"1" "i"T'!'i' "f .. r .. :" •• "i°''l''T'i' "!"l"1"I" ·t·;·;T ' 8 ' 'T' 'TiT:' "i"i'TT "l'Ti':' TT'i'T' 'TTiT 0 TTT'i" 'TiTi' TT'1'T "i'T:T .1. deg o 1 : 1 1 r , : 1 1 : , , 1 : I t I 1 1 i 1 1 I 1 1 1 : 1 : 1 , 1 : • 1 1 1 ,-'T "t··ttt· ··t-r ·r .. rr-+·y .. f .... -•. ··rTt·t· ·-r·l .. l"I" "! .. Jr l'I" .. , .. ··t-·+·l ·t· L---..:....,.._' ------1"'" ··=·=·-:-·r-··t"!"j"i .. "i·r·1·1· .. ; ...... 1 .•.. = .. j ·j·1· ·r· .. 1 .. , .... , .. 1~-~·j· .. , .. , .. 1·-r· .. ;·1·~ .. ,. TAN P o ··,·· ··tt", ·1· "l"1" ..... ··, ·t+t· "l"l'"·I·· .. 1-t·t·t· .. , .. !"!··: .... 1 .. • , .. ·r ··,··H··1·· .. H·h· I:: t t t t S I: t I St I• .. -. t: C S: .-t ff 1 SI t S : I It t l S: : S. t I l SI f +·:··1'·:· ·!·~ .. ~-t, .. fflt::: ! ~I , .... :.·:-H· ·i·:+:· .. ·:·TH: -:·H .. ,' .. ·}j·:·:· ·l ·:·!··1• .... •1-:+f· ·H++· "1"!" ·•t· '7"1"}" .. "i"i"~ 1 · 'i"1·r· :· "l"'j"i .. i' ··.t·"t"i"I" 'T'!"1 '1" -·7··1'" .. "i"···-·-1· '1"l'-l-' .. ·• "i .. :· 1· ·f"i"l"I" "l'·t·t·t· '1"1"1"1" .. ,... 't" .~., ·r· " "I" "l"i' ··: .. "i" ·· ·· ·· "i'i.. ·t ... , .... "t··t· ·: · ·t·1"1"1 " ·· "I" ·~· ·t·:"1'0 !" ·tt·t-·t· ., .. 1 .. 1··1·· • ti·.f..t· +·M"I" .. , .. 1 .. 1 .. t· ·1·t·?-l· .. 1--f ·n· ltl!·· .. , .. , .. f.t ... J··1··1··1·· ·ld+ ·1··?··1"!" ''11. J.11!· 11. ··1· 1''1 111· II'' !Ill I' I 111· ...• 1•• .. 1··t·,··r "f°': .. 1 ...... , .. ··r·.:.. ··i-·-r .. , ... , .... "l'T'T ' ·1 ·'f"!'+· .... "\"'(' "t•1··, .. "r:Hj"l"t .. ~· ·-r ··, .... ; .... , .. r·r··t· ·-r"i··'··I" ·• ...... : .. .:.. . -· ! .. 1 •• : •••• :·· f ·• .. !. ..:. .. s .. :" .. •• .. ..••• :.. ·-r "1"1 .. , .... 1., r .. : .. :.. . • .:. ..... s • .l ...... 't. • .:. .!. , • .. s • .... I.. ..: ··I··-. .:.. .!. ··1· .! .. : .• .. p .. g ... p .i .. j .... j .• , .• 1 .. i ... p .. :1 ... 1 .... , .. 1 .. p .. .1+.!..I·· .. 1u .. 1q. -~·-i .. J .. ! .... :. 1 .. 1u. -l--i·~·-l .... j .. :-,U, .J .. ,..} .. i .. I 1 , • • • • • • • • 1 • • t 1 • 1 1 ·t ... { I : . , , . . . 1 1 , ••• " "f"'C"I" ... "l-1•• .. , .. , •• , •• -, •• ., •• , .. , •• , •• •• "l"I"";"' ·-"l"I" "•• "C"C" ' • ., .. , .. , .. " •• "C <''-:0' ._,,.,.,, .. , •• "l"l''f'., ..... ., .. J "I" • • • • 4 • • • • i • ••ft 1 f I • f • • • • • t • • • • • f • • • • i • • :::t. l··1 .,,, •••• . r. : •• 'f' j''l ··~ ••J• •••• l_t•• ••!•+-"f' 'F?"?··1 ·· .. "'!"!··<·•~• •t .. t ··?"!" ··1·•1··1-j" ·-t+·!·•J•• .. , .. "f"i" ' 0 ' 1"1" .. ··1··1 .. t t · ·1•·J·T·!•• "l'f',.•t• '°t","1"!•· .. ; .. 1 .. ·r · . .:..-s .... 1 .... 1 .. 1 •• 1.·t· . .:. .. , .. 1 .. 1 ...... , .• ··-· . .:. •. , .. , .. , ...... 1 ..... .:. ...... J .. J .. , ......•• :. •.•• .,.J .. 1 •• 1 ••••••••• 1. ..... .:..-1 •• 1 ..... ' • I I 1 • • • C ' 1 t It t ' I "• I • • 1 '• • • & • ..... , .. (····· ·-·,·· ......... ; .. : .. _, .. l..: ..... 1 •••• , .............................. .J .. :.. ,_ .. 1 •• 1..1 •.•• l..1 .• t-. • .... 1 •• 1 .. 1 .... , ••• : .. :. •• .:. • .:. ..... : •• I• J. I ' '' I I I I• •'I• ' '• ; I •' • '• • • •II I'•• t • ··: .. !··, ·!' .. ~·-: .. :··:" .. f ..... i .... M•l-:··l·· ·++·:-·f· -~··t.·!··'" -·~·t··Li:-· -·-. .. i·+.i.. ·+·i··i-·:. ·-:":":"!" .. :··'··:-·r· · •· i"·i-+·l ·· • :I • • • • t • t 1 , • • , • • • , I • r • , t , • i ·t • • • t , • , , • t • , • I I I l I l • , I!. 1• • , , l • , I I I ' , I , : I I : ; , , ' I I ; I t I , : : l : ; • : • .. , .. 1-·c·. . • . .... , .. , .• , .. .. , ...••. •·. ..., •• f .. ,. ·1.. .. , .. 1 .. 1 .. ,. • ..1 .. , .. 1 .. ,.. . ·1··•· · 1··1·· •. , .. , .. 1. ·j ·. . · 1· · 1··f'.... • ., .. 1 ..... , .... , .• , .. 1-. t · ..... , .. , .. 1 •. . • . . • . . . . I ' . . . . I. I.. • . . . . . . . ... .. , .. , .. ,. ,,. •. ·->· ·I .. I ....... , .. '" t·· i•' . ->.. .., .. .. •• C·• .. , .. ~.. .., • ->· •••••••••• •(•• . • •• .. y .. J, ., .. .. .. •• • .., .• (., .... , •• , • ·1·. .. ... , .. ,...... . 4 •• , •• , .. , .. . I ' . I • • I . . . . . . .. ' .. j I •. i . • . • . • l . . . I . . . . . I l •• ••l•• •• • ~• ••1•4H ••S •• •• ••C•• ••~• •to)••JuJ•• •• n(••(••{•• ••}••)••!•• •• .. ,.., ... ••~I ••Y••)•,Jc•)•• ••f•• ••l••,C..• V•• ••J•• •• ••l••(••-t-•.C.• •"'f••l•• ttf•• .. i.. .. 1:l :.. ,.,, .. \ .. i.:,· ...• i .. i .• i .. 1.. • .... ; .. ; .. i ... .l..i .. :..:.. .., .. t., .. i •... ! .. i..l..l. .. i .. J.+.!.. .. 1 •. ! .. ! .. !. \.: ..... !..j .... u .. L:.. ..! .. d .. 1 •. : ; :'I: : : i : : : : t ! : : : : : : t:: 1 : : I: t,.: , : : : : : : . : : : : : : ; : 0 1.00 2.00 3.00 4,00 5.00 6.00 .::,;...~1::::::1 ?.rf:f: :fH+ ~ THT •II t O I. t I•• I. It 0 5 10 15 Axial Strain, % N~1rmo I Stress, tsf ----------------------......&~-- SAMPLE NO. WATER CONTENT,% ~ DRY DENSITY, pcf ~ p SATURATION, % VOID RATIO DIAMETER, In HEIGHT, In WATER CONTENT,% t; DRY DENSITY, pcf l::.i SATURATION, % t-VOID RATIO ~ DIAMETER, f n HEIGHT, In Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf rAILURE STRESS, tsf 1 17.0 99,8 6B.4 0,658 1..35 .3,00 18.6 99.8 74.9 0.658 1..35 3.00 1.44 1.80 4.20 2 • .3.3 TYPE OF YEST: PORE PRESSURE, tsf 20 ULTIMATE STRESS , ts f PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf 4.56 0.36 Unconsolidated undrained SAMPLE TYPE: Remold DESCRIPTION: SI I ty clay, brown w/7'?; I !me LL= PL= SPECIFIC GRAVITY~ 2.65 REMARKS: FIG. NO. CLIENT: CMJ •PROJECT: SAMPLE LOCATION: B-4 0 0,0'-1.0' PROJ. NO.! 456-08-06 DATE: 12/3/08 TRIAXIAL SHEAR TEST REPORT PLATEA.18 . !- 1 .20 RES UL TS .. j .. ··i--t-f + .. 1 .. i .. ·, .. , .. ··t.·i+i·. ··t··H·:I" .. i-·1· .t .. i. ..! .. j.,'I, ·1··· ··1· .. i.i .. ,. ..l..j .. t .• 1 , .••• i.!.i .. \. 1---------··i•• ••l••(·•,l,,-), ··1· •• j •• ··!·· .. -i.,,. ....... 1 •• , ...... , ... ,.J ... 1 •• , .•.•.•.••• i.i .. 1 ••• J .. 1 •• 1 ••••.• 1 •• t.t' ,.;, .. i .•.. / .• .!..!,!, ..... 1 •• 1 ....... ! .. :..f .. ,· .... , .. 1 ...... l .• ! . ./..!, •. 1 •. 1 .......... !.! • .;, .. 1 .. 1 1 .. 1 •. f·· .. i.! 'T'!. C tsf Q .AS I I I I I I I I I I I , I I .I ' 1 I I ! I I , I I I : I I ' I • '-r "T· ": ·, ·1 · 1 · ··:··1·T'1" ··1"1 ·, ·1· "1'"1'T'1" ':: 'i"t' :· "1"1"1'"f' '"i'"1' 1' 1'i"1"1"1" '": ·t·, · ,· .... ,.. • .. , .. "'i"'i'A'j' "'!"'"!"!" "t'~nA•rt• ''i"!"" .. "'t"1"t'i' .. , .. "I''!'' "l'"i' ":' .• "!"!"!'" ··t·t·A•r J.. deg o : 1 J : 1 1 1 : 1 1 1 1 1 1 , j I ·: 1 1 : , I 1 , 1 1 l l I 1 , 1 1 1 1 1 TAN t> 0 ...... , .... ~+ ··1·· ·tt· "rt·•· ... , .. , .... , .. ··r•.l··-t· "l"'J"t·I·· .. , .. t,l.-, ... "1"'1"1" ··•·+·t•'f· " " "i"f +-t· "l"J-1··l" ··t·t+j· "I",·· "I" "t·t·····t· " ··f" .. ·· ··t"t•l.1, "l"l"'I"!" "!"t·t"?· i-; _ ___,,.....,..___,_.,......_.4,,.. -J·¥•J .. , ........ , .. 1. . .. ,4 •• 1 .... ";"!" .. ! ..... ,.J;.! .. 1.. .. .. .. .i. .J .. t .. ! .. 1 .. ·-1--i-·r·!.-.~ .. 1 •• 1 .. , .. Q,8Q IS t t f::: : I I! : : t I S f I I I S : I:: : l I I ! : t t t: t t •. i..! •. !..L ... u+.! .... q .. u .... u .. q .. ··1· .. i .. i·+ . .!..U,.j•• .. i .. ! .. U .... LL!..!.. .. U .. i..l .. .! .. ! . .!..! .... ! .. ! .. !..!.. • .! .. ! .. ! .. ! .. el .µ ·++++ +-h+· ·+·1·++ ··A1 1+h .... ·+;"1A· +H·r ·fH .. ~1 1 • ·+H·:1'·· ·+·l .. ·11 " 4!1 ' ·H++· ·+H+ ·H+·', ... .. , .. 1 ..... A, ·"t·t"t··1·· ··i·· .. , .. f.. · "t··-....... , .. r·i·· · -·1"!"'" ··1··1··s" · -~ .. • .. 1·· .. "j"l" •· • ·1 ··1··1··1 .. ··, .. 1··s··A· -~·1 .. 1·· ·· ·+·d·+ +M··t·· ··1··t ·+ .. +·H+· .. ,"!" :+ ··h·· +· ··!'"!··H·· ·+·!··J·· .... ··t··t· · ·1 ··1··1··1" .. :·M·+ +1·· ...... •t'' •!ti ! li l'i' !II! • • !!iJ l''j 'l•j I''' '!'' '''' ·+· --~··r· ~-i"f~ ··i"i'"··y · .y •• i •• , .. : •• ··1··i .. : .. : .. ,.l.-1 •• , •• : .... , •• 1 •• , •• y •• ., •• , •• , ....•• , ••••• :. ••• ¥ .. '·i··t·· .. , .... :.·r· .~ .. =··!··= .. ·tt·H· +n··1 .. ·tr+t · ·H··i+· ·-r:t++ .H++· ··:+ + +·H--i-· +H+ +h··:· ·:i+H· +H+· . fl ., 4> I.. .µ (I) I.. ··1··!'T"t" "'":"'!"!'"!" ''!"!'" "":' t,';l"I" 'T'!"'i"I" T1'"1"!"" .. , .. , .. , .. t· 'j"i""i"'!" ·-r-r ·:"t' ""!""!'"!''!"' ··1·T:'i' ·t--r·r·j·· 0 • 40 ·+-, .. '··<-· + .... j ... , •• 1 §.H .. ; .... ,!t; .. f ••.. , .• 1 .. 1 .. i .... jm·I· .. J •••• 1 .. , .. 1 .. ; .. i .. ; .. ,.+-.. j •• t ........ ;+·H·· .. 1 .. , .. 1..i. +·i···, .. j •. ··!·+++ ··-:+:t .. ·· ··1 .. ·H · +.-!+· ··1·+++ ... J.·H · · ... :, .. , .. + +·l .. , ....... ; .. +:.-+"' .. '··!·· ·+q+ ·t··1 ... ••1•• ":·+·t·t· .. ~··!·y·1•• .. i !··'"'i' ·+··1°:"j·· ·+t·' .. f·· .. i .. i·-:··=· ••1·-!-·:··1· +··++· ··P··d· +·!··'··!" ":+H· ·-··!+·!·· ,,:,,: .. ,! .•.•• l..: .. 1 .. j •.• ,.,1 .. J.,~, .!,.l •• : •• 1 •• ,., •• , .. /.,:.. ,,,.,\,.1 .. ,,.1\,:.,.,,1,, , .:. •• !.. ... 1 .... 1 .. f .. 1 ••• , ,.t,,: .. j •. 1 .. ,,!,, ... L • .:., .J .. 1 .. : .. : •• \ t t : : : • : l l • : : t • : •• f ' : : J I\.! : : : : t : : : : s : : f ' : I : ' : : : I I 0 1 V) I.::: I: I: •• : : ':I: : : : •• : • N 1 ·1 '1:: ; . . . I.:; : I.: : : : : ·· ··1"<"~" ··t"?··•·¥!' "!"'!"l"·t· ·tT'l'"!" "!"'!"''"! .. '''?'"l""!"l·· ··1 ·l "j···t· ··t" 'TT· '"l"f.'1-·t-• ··!'"!"!'"!"" ··1··1":'t· ·t··!'"l'"!" ••1•+•{•• .. • 'f ••I .. ! .. 1 • "''" f'"l""I'" "l••l••/"I" ''l" '••l••+• ••!••I•• •• •• ·• , <•• "<'• •->•• ••l••I•• ••!" ••+-•+• .. , .. l••l••I•• •• ,., l .. t•+• .. ,.,, .. 1 .. 1 .. .. ·+·i··-l-· .• ~ .. ;.+: ... 1 •••.•.• l,. •4•·>··=··j, ..... ; •. i.i .. ~ .. j .. j .• j ........ ( •• t' ... i .. ; .. ;.+, .. , .. i..i.i .. ,! •. ; .. 1 .• 1 .... j.,i .. 1.,Z. .• .j .• i . .'t •• j •• .. ! .. 1 .. 1 ...... 1..J ......... , .. ; .• Lr: .. J .. L.i .. i .... i .. i .. J..: ... 1..; .. t .. i .... , .... i.. .... .! .. Li .• , .... ! .. L.r' ·r= ... 1..; .. 1 .. ! .... u .. u ... 1 .. ! ..... ! .. Q " I I ! ; , I : l : : ! l l I : : l : I I : l I I I I I l : I I I : ; ·-~ : : : : : : 0 0. 40 0 , 80 1 . 20 1 • 60 2. 00 2. 40 1 .-20 1.00 ... Ill .µ 0.80 ~ (/\ f/l 0.60 (J I.. .µ (I) I.. 0.40 0 .µ ti ·-> ., 0.20 Q 0 0 5 10 15 Axial Stroln, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Cloy, brown w/rock LL .. PL= SPECIFIC GRAVITY= 2.65 REMARKS: FIG. NO. PI= Normal Stress, tsf --------------.~•·· SAMPLE NO , WATER CONTENT,% ~ _, DRY DENSITY, pcf SATURATION,% VOID RATIO H DIAMETER , r n HEIGHT, In WATER CONTENT, 7. li, DRY DENSITY, pcf W SATURATION, % I-VOID RA TIO ~ DIAMETER, In HEIGHT, 1n Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS; tst PORE PRESSURE, tsf 20 ULTIMATE STRESS , ts f PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf CLIENT1 CMJ -PROJECT: 24.9 97.6 95.0 0,694 2.75 3.70 26.2 97.6 100.0 0,694 2,75 3.70 3.24 3.60 0.92 0.91 1.28 0.36 SAMPLE LOCATION: B-7 0 1.0'-2.0' PROJ. NO.: 456-08-06 DATE: 11/20/08 TRIAXIAL SHEAR TEST REPORT PLATEA.19 ' ·, ( i i- \ l .I ) 2.25 RESULTS C, tsf 1.46 f,. deg 0 ... TAN f:, ti : I .... 1.50 -tl 0, ti \.:. +' (I) L g 0.75 C. . (I) 6 ,00 5.00 ... ti 4-.00 +' ti 0, 3 .00 4> L +' (I) L 2.00 0 +' 0 > ti 1.00 0 0 0 5 10 15 Axlal Strain , ~ TYPE OF TEST: Uneonsolldoted undrained SAMPLE TYPE : Remold DESCRIPTION : Cloy, ton w/77. I ime LL"" PL .. SPECIFIC GRAVITYa 2,65 REMARKS: FIG. NO . PI1::1 20 Normal Stress, tsf SAMPLE NO . 1 WATER CONTENT,% 22.0 I DRY DENSITY, pcf 93.1 SATURATION I % 75.0 VOID RATIO o. 778 H DIAMETER, In 1. .35 HEIGHT, In 3 .00 WATER CONTENT,?. 22.9 E DRY DENSITY, pcf 93.1 SATURATION, % 78 .0 I-VOID RATIO 0,778 '< DIAMETER, fn ·1 ,35 HEIGHT, In 3.00 Strain rote, %/m i n BACK PRESSURE, tsf 1.44 CELL PRESSURE , tsf 1.80 FAILURE STRESS, tsf 2.91 PORE PRESSURE, tsf ULTIMATE STRESS, tsf 1.89 PORE PRESSURE, lsf O't FAILURE, tsf 3.27 0'3 FAILURE, tsf o,.'.56 CLIENT: CMJ PROJECT : SAMPLE LOCATION : B-7 0 1,0 '-2.0' ROJ. N0.1 456-08-06 DATE: 12/3/08 TRIAXIAL SHEAR TEST REPORT PLATEA.20 r- 1.20 .... 01 ..., 0.80 . ~ G) Cl L ..., (I) L 0 Cl 0.40 tii 0 2.40 2.00 .... Gl 1. 60 ... (ll tll 1.20 () L +' Ill L 0,80 0 +' 0 > ti 0.40 0 0 • I • I. • • • • • • I • ! •. '.. . . . I ••• RESULTS .. j .• "j"< .. ++ +, .. j •• j .. ·+t .. o .. ;, .. J .. 1 .. 1 ...... 1 .. .1,.y,&, .. \ .. 1.-i-.1 .... { .. 1 .. .1,.1' J-i.,i .. 1 .. tt•·o· 1---------1::11:: ::t.::i::U: ::t:!1::U:: :t"r1 :Lt t:!::I::!:: ::i::i:ti: ::i::l::d:: ::r:b1 1:l: ::d::i::!:: ·:i.:d:1: C, tsf O, 65 ·-·· ... .I,,,:, .. .t .... 1 .. 1 .... 1,_;1,1 ... :,.1 . .1, . .1 .... : .1.1, 1 ... 1..• .. i.,: .... 1.:._, 1, • : .. , •. , ,! .... :.1. :.:. : J S : J ; t ; ; l t ! I t t I ; I t : I 1 S • l l S t l S J : : J S : ~ .1. deg o 1 1: 1 1 : 1 I: 1 ,·:, 1: 1 1 : 1 1 1 1 1 1 1 : , 1 ! 1 1:: 1 1 1 1 _,.._. ______ ...... , .... r·r, .. i · .. , .. 1 .... , .... 1 .. j·j ......... r. 1 .. , .... r·rA··· ..... , .. , .. r .. 1 .. ,·A .. =· .. , .. i .. !"!" "!··=·:"i. TAN t> 0 ::t: Tf :tl: :ti::i::i:: ::i::n:f: ::J::i:: ::1:: ::t}h: ::j:trf ::p::i:t ::j:Jtt: ::n:tt , , . , . , , , . , + T, .. !+-++++ +i+·1··· .. +d·· ·t .. ,··1·+···+r·,· ·d+·l .... ,·d+ T·H+ .. t .. p .. .!. ... p .. ! .. ! .... l .. 1'··1' .. !. ... .!, .. 1! .. : .. 1 .... t!"lt..lq ... L! .. !..11·· .. 1..!..Ll' ... .!. • .! .. !..! .... ! .. !..!..!. ·1' .. ! .. ,1 .. :. ... !.,LU ••. j..! •. !..! .. ·+-H··L +H+ .. h .. r·1· .. h··' .. i .. ·Tr·r·{-· +1..L.1 .. ·++h· +·H .. ' .. ·+·H+ ··1+ .. f .. ·TH+ ·t .. F·+· "l"l"l"i' '':'"f "l"l" "l"I'' !-• J.. ••!•? .. 1 .. 1" "l"I" I"(" •'l>"i .. J .. , .. "1"1" I"~· •?• ?"I "I" "I'' I" I"' t• ''I' 'I .. j .. f.. "l"i •Co•<-• "t"l '.I.' I" ··r-r!"f" "!"f"/'T' 'T'l'"1""l" .. 1 .. , .. , .. 1 .. ~ , ·r· 'Y"1 ,-,.., .:.:.t"rr·r "f"TT'l" .. 'T'T'r "f"rT·1·· 'TT'f'r "!'T'!"!'' ,,i,,i .. J .. l ... q . .w., ~ .. !..l .. !. •.•. t.kr .. f .... , .. f.,l .• !. •• !+.i,,i .... !-J1"k . .1, .. l .• i .. J,. ·+-1-,l+ +i .. !..i .... ! .. ! .. t.!. ·!.1+·1··· ::i::1::t:t: ::it:p:: ::1:ttf 1::1t1 :: ::r /J:t: :h::i:t: ::!::i:tr 1J:l::j:: ::itt:r :rl:l::i:: ::1::itt: :b::1::1:: ·+· ·++ "i"l":+· ·+-df +H--r· ·Td+ +i++· ·+1·+r· ·+N"I" ·Tr+r· ·:"!"1-l· .. d+t· +;++· ·:1 .. 1 .. t·'·· .. ; . .t .. j.:I·· ~-i-.. 1 .. 1. ••. i .. ; .. , .. , ..... , .. j .. j .• , .... ; .... i .. j ••• .!1 .. : .. t· .. , .. 1· .. i .. i!\! .... 1' .. j •• J •• t • ... ;..1 .. 1 .. , .... 1 .. 1·--i-i ....... , .. ; ... , .• • • • f ' ••• 1 • • • •• I ••• I • t • • ' l I • • • • t . • .. ,t.. ,,e., • ''f .. 1 .. , ,, " " , ( .. f,. ,e._, ,?,•$ .. 1 .. 1.. ..1 .. t .. :., (.. '~ .. > .. , .. , .. "I"'" •<" , ,.) •• S •• " "• • t .. 6 • " "' "I "I" .. 1.,1 •• ,e. .:,. ' .. s .. 1 .. 1 .. .. ; .. : .. :..!. ...... t .. l .. 1.. , .. i .. 1 .. l ..• ! .. j .• l..i .... ! .. i .. i .. l. .. .! •. ! .. i ...... , .. i .. i .. l. .! .. L.i .. l .... r .. L.l..L ··i··i .... ! .... l .. j .. Ll. ..... !..i .. i .. ••i .. j .. f. ·f · .. t .. q .. i .... f .. j .. ~·+· ,l,: .. j .. j .... j .. !' .. f . .:.. ·l-~ .. i .. J .. · .q .. p.. ..i .. J .. 1 .. 1 .. ,1 .. 1 .. q. .~ i"i.., .. '!" .. '1·+-i .. +· . .l .. j .. i .. j .. ., • • • • • • • •. • ., t •. • • I , , • • ; • t • • t , • • • It • •. l. • • "!"!''!''1" ... } ..... -1 • .... ,"!""' ·t-?·+· .. "!"!"!"{" ·t··1·+· " " .• ,"!"t' ·t"1''!" .. ·,! ·~·!"~' .. ,+·!"!" .. h .. !··t· +-, .. , .. " ·++i·+ ... ;.:1 .. 1··1:·! .. :1 .. 1'··i·+ +·H··I .. ·++H·· ·+H .. 1 .... :1 .. =1·+t· +i+·i' .. ·l·H+ +·H+· .. :.+H · .. r++J .. .. , .. , .. , .. ,.. • ~ .. ! ... .. ·, .. , .. !" I" i. , ., .. , ........ "'"!" , .. (.. .. ·ti•....... " •.. , .. ,.. • • t .. i .. , •• J .. "' l'"f • t· .. , .. , ............. , .. , .. (., • .1 .. ,, ·!" " .. i .. r .. i .• : ... l .. j' .. i ...... j ....... L .. L.t.L! .... i .. : .. i..L ,_ .. !..!..!.. .. ! .. i..!..!. ..... t..J .. I .... i. t' .!. ....... i..1 .. 1..1 .... i .. : .. :..L .l:.L ... !.. : : : : : ! , : ; I I : : t I l : • : : t J J : : : : l ; ! : : ! : 1 : t ' t_: : : : : : 0 0.40 0.80 1.20 1.60 2.00 2.40 0 Normal Stress, tsf .----------------------·-'" ••}••)•f •f• ·•i ••!••!u}, "l+t·~""1"1"!"!' ·-!-·}··~·<" ·+·J"l"l' .. Hr.·;-. ,·'.-i .fl .. ;.;,.i ... 1 .. i .. 1 .. \. P·++ ·+-'1+·;· ., .. , .. :••Go• .. 1 .... 1,.1. ·H·++·+H+ . . . . •~•<••i••i•• ui••~•~••~•• :(~::t):: ::i:t:+:t: 'i:: :·::: SAMPLE NO, WATER CONTENT, r. I DRY DENSITY, pcf SATURATION,% VOID RAT.IO H DIAMETER , f n HEIGHT, In WATER CONTENT, n ~ DRY DENSITY, pcf ~ SATURATION I " VOID RATIO ~ DIAMETER, In HEIGHT, In Strain rote, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS• tsf 5 10 15 PORE PRESSURE, tsf 20 ULTIMATE STRESS, tsf Axial Strain, % 18.8 99,2 74.6 0,668 2.75 3.90 24.6 99.2 97,6 0.668 2.75 3.90 3.24 3.60 1.30 TYPE OF TEST: PORE PRESSURE, tsf 01 FAILURE, tsf OJ FAILURE, tsf 1.23 1.66 0,J6 Uncon~olldoted undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Sandy cloy, red-brown w/fest nods PL= SPECIFIC GRAVITYg 2,65 REMARKS: FIG. NO. PI= CLIENT: CMJ PROJECT: SAMPLE LOCATION: B-8 0 1.0'-2.0' PROJ, NO.: 456-08-06 DATE: 11/20/08 TRIAXIAL SHEAR TEST REPORT PLATEA.21 (" ) ( j \ / .... ~ 3.00 +' 2.00 1.00 0 •(y ()0 5.00 .... ~ 4,00 ... ~ (/) ~ 3,00 4l I... ... ti) I... 2.00 0 .... 0 > 4) 1.00 0 0 RESULTS 0 1.00 2.00 3.00 4,00 Normal Stress, ts~ SAMPLE NO. WATER CONTENT,% §..J DRY DENSITY, pc f SATURATION, % VOID RATIO DIAMETER, In HEIGHT, In WATER CONTENT,~ li; ORY DENSITY, pcf ~ SATURATION, % VOID RATIO ~ D!.AMETER , I n HEIGHT, in Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tef 17.0 99.8 68.4 0.658 1.35 3.00 19.0 99.8 76,7 0.658 1..35 3.00 1.44 1.80 4.92 5.00 6.00 0 5 10 15 20 PORE PRESSURE. tsf ULTIMAlE STRESS, tsf PORE PRESSURE, tsf 0"1 FAILURE, tsf 3.02 5.28 0.36 Ax I a I St ra I n , % TYPE OF TEST: Unconsolldoted undrained SAMPLE TYPE: Remold DESCRIPTION: Clayey sand, brown w/7% 1 lme LL= PL,,. SPECIFIC GRAVITYc 2,65 REMARKS: FIO. NO. PI= O"J FAILURE, tsf CLIENT: CMJ PROJECT: SAMPLE LOCATION: 8-8 0 1,0'-2,0' PROJ. NO,: 456-08-06 DATE: 12/3/08 TRIAXIAL SHEAR TEST REPORT PLATEA.22 FREE SWELL TEST RESULTS ( ;....: Project: Pavement Design and Reconstruction Councll District 9 -Group 98 -Fort Worth, Texas Project No.: 456-08 ~068 ;-\. -:-:-_' ~: -jT. ~~~-,I;~;, -~Jt(\\:,--:-~;-.·~. !t~?t~~1n~~:~j;:-Jhi~:~~:Jt{l1}/)Jii~~f·~t·(Jf !i'~(_,{~1.r~~ ; .·.!:ill!:h~_· f :ti1_i:i:,,i,U H·-::... ~,.1,4:Jr"'.,_· :l{ :-:,!!1iili' i' i'.11~(, ~;:-_· jj;j;frZ°-J-,::;~i~r.0,,~:JJ)~o.i:-::·.,_t·-~,:,r:if•-:~; r-.:~:~:~:~lr ~~):0{ ::-~Uf:~~;~t~.::-l:~::;~})l~~~i~\~\i-h~-0 -;~:W}/;/Llcii.~~: ;]JiIJt{d1Ii?iJ1 ,1:1 B-2 7-8 Clay/Shaly 63 26 38 20.8 27.9 2.3 Clay 8·4 7-8 Clay/Shaly 62 24 38 19.8 26.1 2.2 Clay B-5 9-10 Clay/Shaly 62 22 30 24.4 25.4 1.0 Clay B-8 2-3 Sandy Clay 37 21 16* 14.6 26.9 1.9 Free swell tests performed at approximate overburden pressure *Note: A1terberg Limits performed on adjacent sample within Identical material description. CMJ ENGINEERING, INC, PLATEA.23 ( ' LIME SERIES TEST RES UL TS Project: Pavement Design and Reconstruction Council District 9 -Group 98 -Fort Worth, Texas Project No.: 456-08-068 Boring No.: 8-2 Depth: 3n to 1' Material: Clay Percent Lime pH 0 7.09 2 12.24 4 12.39 6 12.47 8 12.51 10 12.63 Boring No.: 8-3 Depth: 6.6u to 1' · Material: SIity Clay Percent Lime pH 0 7.27 2 12.19 4 12.32 6 12.44 8 12.55 10 12.57 CMJ ENGINEERING, INC. PLATEA.24 llME SERIES TEST RESULTS (continued) ( i-Project: Pavement Design and Reconstruction Council District 9 -Group 98 -Fort Worth, Texas Project No.: 456-08-068 Boring No.: 8-6 Depth: 6" to 1' Material: SIity Clay Percent Lime pH 0 7.13 2 12.25 4 12.38 6 12.49 8 12.52 10 12.54 Boring No.: B-8 Depth: 3" to 1' Material: Sandy Clay Percent Ltme pH 0 7.35 2 12.35 4 12.46 6 12.52 8 12.57 10 12.69 CMJ ENGINEER1NG, INC, PLATEA.25 ( SOLUBLE SULFATE TEST RESULTS Project: Pavement Design and Reconstruction Council Dlstrlot 9 -Group 98 -Fort Worth, Texas Project No.: 466-08-068 Boring No.: B-1 Depth: 6" to 1' Material: Clay Method Result TxDOT TEX 146-E 116 ppm Bor[ng No.: B-3 Depth: 1' to 2' Material: SIity Clay/ Shaly Clay ( ! Method Result TxDOT TEX 145-E 120 ppm Boring No.: B-5 Depth: 6" to 1' Material: SIity Clay Method Result TxDOT TEX 145-E 133 ppm Note: 1.) 1 ppm = 1 part per mllllon CMJ ENGINEERING, INC, PLATEA.26 SOLUBLE SULFATE TEST RESULTS (continued) ( Project: Pavement Design and Reconstruction Councll District 9 -Group 98 -Fort Worth, Texas Project No.: 456-08-068 Boring No.: B-7 Depth: 6.5" to 1' Material: Clay I SIity Clay Method Result TxDOT TEX 145-E 131 ppm Boring No.: B-8 Depth: 1' to 2' Materlal: Sandy Clay Method Result TxDOT TEX 145-E 289 ppm Note: 1.) 1 ppm~ 1 part per mllllon i CMJ ENGINEERING, INC, PLATE A.27 / WinPAS Pavement ThlckneH Design According to 1993 AASHTO Gulde for Design of Pavements Structures American Concrete Pavement Association ~lgfd Oesfgn Inputs Agency: The City of Fort Worth Company: GM Enterprises Contractor: CMJ Engineering, lno. Project OescrlpUon: Counc!I District 9 -Group B Loca1lon: Fort Worth, Texas Rigid Pavement Design/Evaluation j PCC Thickness Design ESALs Rellablllty I Overall Deviation Modulus of Rupture Modulus of Elasticity 6.79 Inch~ 625,000 80,00 percent 0.35 630 psi 3,604,997 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Servlceablllty Terminal Servlceabl!lty Modulus of Subgrade Reaction (k-value) Detemtlnatlon Reslllent Modulus of the Subgrade 6,842.0 psi 10,636.6 psi 6.00 Inches 0.00 feet 1.0 Reslllent Modulus of the Subbaee Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0, 1,2,3) Modulus of Subgrade Reaction hursday, December 11, 2008 3:19:43PM 86.30 pstnn 2.70 86 psi/In 0.70 4.60 2.00 PLATE 8.1 ( WinPAS Pavement Thickness Design According to 1993 AASHTO Gulde for Design of Pavements Structures American Concrete Pavement Association 1-·, i . Ffexlble Design Inputs Agency: The City of Fort Worth Company : GM Enterprises Conlractor: CMJ Englneertng, !no, · roJect DescrfpUon : Council District 9 -Group B Location: FortWorth, Texas . 1:lexlble Pavement Deslgn/Evaluatlo~ 626:tas Structural Number . , Design ESALs Reliability ' Overall Deviation 80.00 percent 0.45 l_.ayer Pavement Design/Evaluation ( Layer Layer Material Coefficient HMACTypeD 0.42 HMACTypeB 0.38 LSS 0.08 0.00 0.00 0.00 1ursday, December 11, 2008 3:23:36PM Eng!neer:JPS Soll Reslllent Modulus Initial Servlceabllltv Terminal Serviceability Drainage Layer Coefficient Thickness 1.00 2.00 1.00 6 .00 0.40 6 .00 0 .00 0.00 0 .00 0 .00 0 .00 0.00 E~r, 6,014.60 psi 4.60 2 .00 Layer SN 0.84 2.28 0.19 0.00 0.00 0.00 3.31 PLATE B.2 SECTION 9 -ADDENDA - -