Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41405
FORT WORTH SPECIFICATIONS AND CO.NTRACT DOCUMENTS FOR 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 Pavement Reconstruction and Water & Sanitary Sewer Replacement CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VD. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETTE AVE.) DEXTER AVENUE (FROM CLOVER LN. TO SUTTER ST.) SUTTER STREET (FROM LAFAYETTE AVE . TO BYERS AVE.) TP&W NO . C295-541200-207400093483 WATER NO. P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 File No. X-20965, K-2066 SEPTEMBER 2010 DALE A. FISSELER, P .E. MIKE MONCRIEF MAYOR CITY MANAGER WILLIAM A. VERKEST, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS FERNANDO COS:,;T:;;A:.,....---, ASST. CITY MANA OPPICIAI. R CORD CITY S1Cll&TARY PT, ,Tl Prepared By: • STREAM WATER GROUP, INC. 6737 Brentwood Stair Rood, Suite 230 Fart Worth, T exos 7 6112 -Phone: B 17-446-41 71 . @[J'@)(]!ij) T exos Registration No . F-0054BB S. FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT ----,_.,,'-'-_ --;,c OF ,: "\ ; .. ~.':" ........ t.t ,, ,., e.,\-· * ··1J" •• ,.; . . . t :•.-· · ...• ·t! 1*: . ·.*[; ,,,. ......... ~ ...•...•......•..... , i._ MD SHAMSUL AREFlN I / ... ~ .•.••..••••••.•......•.... ~ -II ·.. 83867 .-· I (r, • -cl . ,,, r.. 't"3·. .· ,,, /} ,.~ .. ~(~.-··· ,., r "' \(~ONAt.€ , .. ,_,_., ..... M&CReview Page 1 of 3 Official si t e of the City of Fort Worth, Texas CITY COUNCIL AGENDA FO Rt\VO RTH ~ COUNCIL ACTION: Approved on 1/25/2011 -Ordinance No.19534-01-2011 DATE: CODE: 1/25/2011 C REFERENCE NO.: C-24715 LOG NAME: TYPE: PUBLIC NON-CONSENT HEARING: 202007 CCP CD? PT3 NO SUBJECT: Authorize the Execution of a Contract in the Amount of $2,289,229.10 with Conatser Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Crestline Road, Dexter Avenue, Fredrick Street and Sutter Street and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,174,339.00 from the Water and Sewer Fund to the Water Capital Projects Fund in the amount of $477 ,882.00 and Sewer Capital Projects Fund in the amount of $696,457 .00 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund, in the amount of $477,882 .00 and the Sewer Capital Projects Fund in the amount of $696,457 .00 from available funds; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP , in the amount of $2 ,289,229.10 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 April 01, 2007, (M&C C-22744) the City Council authorized the City Manager to execute an engineering agreement with Stream Water Group, Inc., for the design of Crestline Road , Dexter Avenue, Fredrick Street and Sutter Street. Street improvements will include pavement reconstruction, construction of standard concrete curb and gutter, driveway approaches and sidewalks. The Water Department has determined that severely deteriorated water and sanitary sewer mains should be replaced prior to street reconstruction . Construction Contract Part 3: (Project No. 00934) Montgomery Street to Camp Bowie Boulevard t to Clover Lane Fredrick Street Crestline Road to Lafayette Avenue !Sutter Street IILafayette Avenue to Byers Avenue This contract was advertised on September 23, 2010 and September 30, 2010 in the Fort Worth Star- Telegram. On October 28, 2010 the following bids were received: http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4629&councildate=l /25 /2011 1/25 /2 011 M&C Review Page 2 of 3 !Bidders Bid Amount !Conatser Construction TX, LP $2,289,229.10 !CPS Civil, LLC $2,585,962.50 !Stabile & Winn, Inc. $2,719,355.89 IMcClendon Construction, Inc. $2,840,025.05 IJLB Contracting, LP $2,942,978.76 Time of completion: 300 calendar days Staff recommends that the base plus alternate 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 six inch lime stabilized sub grade with a seven inch curb. All existing sidewalks, steps and lead walks will be removed and reconstructed. In addition to the contract cost, funding in the amount of $111,150.00 is included for water and sanitary sewer construction survey, project management, material testing, field inspection and project close out (water: $46 ,750.00 and sewer: $64,400.00). The contingency funds to cover change orders totals $45,530.00 (water: $20,530 .00 and sewer: $25 ,000.00). In addition to the contract cost, funding in the amount of $130,993.00 is included for TPW 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 $38,147.00 . Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 23 percent M/WBE participation in this combined project. The City's M/WBE goal on this combined project is 23 percent. This project is located in COUNCIL DISTRICT 7, MAPSCO 75H FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and the adoption of the attached appropriation ordinance, funds will be available in 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) $477,882.00 P253 476045 6071700934ZZ 2)P253 531350 607170093452 $10,000.00 2)P253 531350 607170093480 $750.00 2)P253 531350 607170093482 $500 .00 2)P253 541200 607170093483 $431 ,132.00 2)P253 531350 607170093484 $5 ,000.00 2)P253 531350 607170093485 $30,000.00 2)P253 531350 607170093491 $500.00 1&2) $696,457 .00 P258 476045 7071700934ZZ 2)P258 531350 707170093452 $15,000.00 2)P258 531350 707170093480 $1,000.00 2)P258 531350 707170093482 $1,000.00 2)P258 541200 707170093483 $632,057 .00 FROM Fund/Account/Centers ~ P253 541200 607170093483 ~ P258 541200 707170093483 1)PE45 538340 0609020 1)PE45 538340 0709020 ~ C295 541200 207400093483 $410.602 .00 $607 .057.00 $477 .882.00 $696,457 .00 $1.271.570.10 http://apps.cfwnet.org/council _packet/me _review .asp?ID= 14629&councildate= 1/25 /2011 1/25 /2011 M&C Review 2) P258 531350 707170093484 $7.000 .00 2) P258 531350 707170093485 $40.000 .00 2) P258 531350 707170093491 $400.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20 2007 CCP CD7 _PT3 A01.doc 202007 CCP CD? PRT3 MAP .R.Qf .- Fernando Costa (6122) William Verkest (7801) Gopal Sahu (7949) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4629&councildate=l /25 /2011 Page 3 of 3 1/25 /2011 - CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), Part 3 Pavement Reconstruction and Water & Sanitary Sewer Replacement CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VD. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETTE AVE.) DEXTER AVENUE (FROM CLOVER LN. TO SUTIER ST.) SUTTER STREET (FROM LAFAYETTE AVE. TO BYERS AVE.) TP&W NO . C295-541200-207400093483 WATER NO .. P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 File No. X-20965 1 K-2066 Bid Date: October 28, 2010; 1 :30 PM Addendum No. I : Issued October 25, 2010 This Addendum, forms part of-the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. · The plans and specification documents for 2007 CRITICAL CAPITAL PROJECT {COUNCIL DISTRICT 7), Part 3 -Pavement Reconstruction and Water & Sanitary Sewer Replacement are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Section 4-BID PACKAGE: • Section 4.1 -Bid Proposal -Cover and Signature Sheets with Bid Proposal Section 4.1, Page lR of 11 and Page l lR of 11. • Section 4.2 -Bid Proposal -Replace Section 4 .2 with Bid Proposal Section 4.2, Page 2R of 11 thru Page lOR of 11. • Section 4.3 -Bid Schedule -Replace Bid Schedule with Bid Schedule, Rev. 10/25/10. Addendum No . 1, Page 1 of2 ...... .2. Section 5 -GENERAL AND SPECIAL CONDITIONS: • Section 5.4 -Add DA.-6, Pipe Installed By Other Than Open Cut. 3. Section 5 -GENERAL AND SPECIAL CONDITTONS: • Section 5.7 -Replace 2008 Prevailing Wage Rates Construction Industry with Heavy & Highway Construction Prevailing Wage Rates 2008. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: ~roTJ,: Address: .P.o, b?f t5Lf~ Ci~ f fuWr){ ·br:::: State: · T)C ISSUED BY: William A. Verkest, P.E., Director Addendum No: 1, Page 2 of2 FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS fQR 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 Pavement Reconstruction and Water & Sanitary Sewer Replacement CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BLVD. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETIE AVE .) DEXTER AVENUE (FROM CLOVER LN . TO SUTIER ST.) SUTTER STREET (FROM LAFAYETIE AVE . TO BYERS AVE.) TP&W NO . C295-541200-207400093483 WATER NO . P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 File No. X-20965, K-2066 SEPTEMBER 2010 DALE A. FISSELER, P .E. MIKE MONCRIEF MAYOR CITY MANAGER WILLIAM A. VERKEST, P .E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS FERNANDO COSTA ASST. CITY MANAGER Prepared By: • STREAM WATER GROUP, INC. 6737 Brentwood Sta ir Rood, Su ite 230 Fort Worth, Texas 76112 -Phone: 817-446-4171 . @~ T exos Reg istration No . F-005488 S. FRANK CRUMB, P .E. DIRECTOR, WATER DEPARTMENT --'-":, .. , .. ,. _--:1. OF ,: "\ -l'~ .. ' ....... l',t ,, ,;'e:J'\ .. ·· * ···~J\ '• ,,,, .. · .· ·. t :•: ·-.• t 1*:" . ··.*'; 19 ••••••• ··-·. ·-· ••••••••••••••• ~'I l >y MO SHAMSUL AREF1N I '1·· ................................ /. f · • I · ,,. ·.. 83867 ... ~ fi:. ,.-0...· . ~ l)x,- t t"'Q;.:_ .. (/~ ...... ' . < '\ ''{~ONAL ·~· . . ,.-, .. , ..... - FORT WORTH Street Address io-r-h WO (b\q =let0s. City & State ' s11 -sYt -,'JL.J3 SPECIFICATIONS AND CONTRACT DOCUMENTS Telephone e_JQ yy ?i ~ OYlC:<d $£ Y- FOR Contact Person 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), Part 3 Pavement Reconstruction and Water & Sanitary Sewer Replacement CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VD . TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETTE AVE.) DEXTER AVENUE (FROM CLOVER LN. TO SUTTER ST.) SUTTER STREET (FROM LAFAYETTE AVE . TO BYERS AVE .) TP&W NO. C295-541200-207400093483 WATER NO . P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 File No. X-20965, K-2066 SEPTEMBER 2010 Prepared By: • STREAM WATER GROUP, INC. 6737 Brentwood Stair Road, Suite 230 Fort Worth, Texas 7 6112 -Phone : 81 7 -446-4 1 71 ~ Texas Reg istration No. F-005488 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), Part 3 Pavement Reconstruction and Water & Sanitary Sewer Replacement CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VD . TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETIE AVE .) DEXTER AVENUE (FROM CLOVER LN. TO SUITER ST.) SUTTER STREET (FROM LAFAYETIE AVE. TO BYERS AVE.) TP&W NO. C295-541200-207400093483 WATER NO. P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 File No. X-20965, K-2066 CITY OF FORT WORTH TARRANT COUNTY, TEXAS SEPTEMBER 2010 I hereby state that these Contract Documents for Crestline Road, Frederick Street, Dexter Avenue, and Sutter Street were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. --'""-'''" '-_ -"';,c OF r~'-,, ;..,~'\_~~-~ •........ -~~~)·, ,,,_.>s ...• f *:· . ··.* ti 1*: ·*1 ,.. ......... ~ .••............• ~ ... ~ I. MD SHAMSUL ~ I ~~ ................................. / f • • I :\i·-.. 83867 ...... · .: tJ ~ I\CA·.~!~---,,, < "\ '(~o,;AL . :-..· . .-.,. "" '-,:,:,. '--' MD SHAMSUL AREFIN, P.E. Date: Registration No. 83867 - - - - - - Section 1 -Project Information ~ 1.1 -Title Page ~ 1.2 -Location Map I I ,-----, , I -. ---, ' I ' I i I i L l I :------i : ~--j ~----{__j I ,~ ___J i-- I Ll ~ I FREDERICK STREET (FROM CRESTLINE ROAD TO LAFAYETTE AVE.) --~----,----, 111111111:1]];....,n1 :1111 -1, 1 ,- l11l l l11iil l c,j Ll_u_;J ~I_Lj__LJJ J d= I __ I 1 1 I n-1---,-, DJJ (ij-. rr,' ,~; ,- i4~AYfr",lrttM I ! ~ ! i I i I I : i i i ~ , Tl I I i I r,o,, TT -r-!i!i-,----, ,- r'::-:'-:~:='-::':::::::-::===-----'--'--'-'----'----,1 jj_UJ_Ll_'. ,===== SUTTER STREET -.-:-Til-lT: ~- ~:;:::::;::'=;:::;::::;::::::;:::::;:::;::::', ';=:;:::=;::=;=;::~==;==,=----=; ,:;=;::::;:::::;::::;:=;::::::; (FROM LAFAYETTE AVE. ! ; i J : ; '1 ! , i I I TO BYERS AVE.) I i ' : \ L..._ __ ~ L 11 1 1 1 1 1 ~1 11111 i Lli i I llU : I ,i-;:u~ 111 I Ir-, i L==m==r:::i----==-----1.____LJ_J___J___J_Ji·:=;1 1:::::;::::1 ':::::;:::1 =;:::J l;:::::::;:1 l:::'.:::;:'.I ~~ , i . cJ II i BRYCE AVE. I I ii_ •~ ! 11 wrrn 111111111111 r~ 11 11111 11111 111 ! [JJ~ § I ~1 I I 111 11111111 I 11 lakJRJik.l I f~\ 11111 i I I []JilJ I rrrn ~1 f \ I le It 111111111 1~1 ! 111111111~11 11 I 1111.1 ! 111111,1,1 ! ! ! 11 i 11 I ~ I 111 I I 1 1111 1~111 J,JokUll]~l 11111 i 111 I I ! I i I I 1 1 i I \_I ___ J ·l I 111 \ ll I I I Ql l 111111 11 I [OJ I I I I iJJ Lil 11 11 I i 1 [ illililllllll\111 !11!\l!illlnTiluliiTlIIC:_· ___ 1 ~ I r --~' ! I i 11111 11 DJJ 11111 IJ W 1111 WJ 11 ! LLI I i i i !TJ:i !JJ 1 ·'1i1 •,ll:1i I 'il,''I'~----,--: II I I I ' I I i _ ...... FORT WORTH ~ I ' I ' I I I j I I ! I ' i I l CITY OF FORT WORTH, TEXAS 2001 Critical Capital Project Council District l ContractlF Map# 2036-388, Mapsco # 15H Part 3 -Project Location Map tt.ffll\ STREAM WATER GROUP, INC . ~ ENGINEERS • ~NERS • SURVEYORS ~ ~~M.S.D> TABLE OF CONTENTS 1 -Project Information ~ 1.1 -Title Page MS-Word ~ 1.2 -Location Map pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice pdf to Bidders ~ 2.4 -Special Instructions to pdf Bidders (water-sewer) ~ 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Prime Contractor pdf Waiver ~ 3.4-MWBE Good Faith Effort pdf ~ 3.5 -MWBE Joint Venture pdf 4 -Bid Package ~ 4.1 -Bid Proposal Cover & pdf Signature Sheets ~ 4.2 -Bid Proposal(s) MS-Excel D 4.3 -Green Cement Policy MS-Word Compliance Statement ~ 4.4 -Bid Schedule pdf ~ 4.5 -Vendor Compliance to pdf State Law ~ 4.6 -List of Fittings pdf ~ 4. 7 -Pre-Qualified Contractor MS-Word List 5 -General and Special Conditions ~ 5.1 -Part C General pdf Conditions (water -sewer) ~ 5.2 -Supplementary pdf Conditions to Part C (water - sewer) ~ 5.3 -Part D -Special MS-Word Conditions (water -sewer) ~ 5.4 -Part DA -Additional MS-Word Special Condition (water- sewer) D 5.5 -Part E Specifications pdf ~ 5.6 -Special Provisions (paving -drainage) ~ 5.7 -Wage Rates pdf Rev 2-2-10 TABLE OF CONTENTS cgJ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates cgJ 5.9 -Standard Details (water-dwf sewer) cgJ 5.10 -Standard Details dwf (paving-drainage) 6 -Contracts, Bonds and Insurance cgJ 6.1 -Certificate of Insurance MS-Word cgJ 6.2 -Contractor Compliance pdf With Workers' Compensation law cgJ 6.3 -Conflict of Interest pdf Questionnaire cgJ 6.4 -Performance Bond pdf cgJ 6.5 -Payment Bond pdf cgJ 6.6 -Maintenance Bond pdf cgJ 6.7 -City of Fort Worth pdf Contract 7-Permits 0 7.1 -TxDOT Permit(s) pdf 0 7.2 -Railroad Permit(s) pdf 0 7.3 -Other Permit(s) pdf 8 -Easements 0 8.1 -Easement pdf cgJ 8.2 -Temporary Right of Entry 9-Reports cgJ 9.1 -Geo-tech Report(s) pdf 0 9.2 -Cathodic Protection pdf Study Report 0 9.3 -Other Project Specific pdf Study Report(s) 10-Addenda 0 10.1 Addendum MS-Word 11 -Storm Water Pollution cgJ 11.1 -SWPPP Prevention Plan Rev 2-2-10 - - - - - 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) ~ 2.5 -Special Instruction to Bidders (paving-drainage) D 2.6 -Detailed Project Specifications (no drawings provided) NOTICE TO BIDDERS Sealed proposals for the following: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BLVD. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD . TO LAFAYETIE AVE.) DEXTER AVENUE (FROM CLOVER LN . TO SUITER ST .) SUTTER STREET (FROM LAFAYETIE AVE. TO BYERS AVE.) TP&W NO. C295-541200-207400093483 WATER NO . P253-541200-6071700093483 SEWER NO . P258-541200-7071700093483 File No. X-20965, K-2066 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, October 28, 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 City, at a cost of $140 per set (non-refundable). The documents are located at the office of the Transportation and Public Works Department, 1000 Throckmorton Street, Fort Worth , Texas76102 . Please contact Gopal, Sahu, P.E., Project Manager at 817-392-7949 for assistance. Rev 2-2-10_TPW NB-1 NOTICE TO BIDDERS The major work will consis t of the (approximate) following : Unit I -Water Line Improvements 4637 Lf of 8 " Water Line 14 Ea 8 " Gate Valve 2624 Lf of 1" Water Service Line 134 Ea Class A Meter Box Unit II -Sanitary Sewer Improvements 323 Lf of 1 O" Sewer Line By Open Cut 555 Lf of 1 O" Sewer Line By Other Than Open Cut 2562 Lf of 8" Sewer Line By Open Cut 22 Ea Sewer Manhole 3194 Lf of 4 " Sewer Service Line Unit Ill -Concrete Paving Improvements 19,959 SY of 7" Concrete Pavement 11,017 Lf of 7" Curb 15 ,510 Sf of 6" Concrete Driveway 5318 Sf of Walk 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-l ine 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. The proposal Unit I-Water Line Improvements, Unit II -Sanitary Sewer Improvements, and Unit Ill- Pavement and Drainage (including Alternate Bid for additional 4 ' walk, not shown on plans) within this document is designed as a package. In order to be considered an acceptable bid , the Contractor is required to submit a bid for Unit I-Water Line Improvements , Unit II-Sanitary Sewer Improvements, and Unit Ill-Pavement and Drainage, including Alternate Bid for additional 4 ' walk. A bid proposal submittal for a multi-unit proj ect with only a single proposal unit complete will be rejected as being non-responsive . A bid proposal submittal that does not include the Alternate Bid 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. 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-qual ification is outlined in the "Special Instructions to Bidders (Water-Sewer)". For additional information , please contact Shamsul Arefin , P.E . with Stream Water Group, Inc. at Telephone Number: (817) 446-4171 or by email: arefin@streamwatergroup.com, and/or Gopal Sahu, P.E ., Project Manager, TPW Department at (817) 392-7949 or by email : Gopa l.Sahu@fortworthgov.org . A pre-bid conference will be held on Monday, October 18, 20 10 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 . Advertising Dates: September 23, 2010 September 30, 2010 Re v 2-2-10_ TPW NB-2 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT Addressed to: CITY OF FORT WORTH PURCHASING DIVISION CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VO. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETIE AVE .) DEXTER AVENUE (FROM CLOVER LN. TO SUITER ST.) SUTTER STREET (FROM LAFAYETIE AVE . TO BYERS AVE.) TP&W NO . C295-541200-207400093483 WATER NO . P253-541200-6071700093483 SEWER NO . P258-541200-7071700093483 File No. X-20965, K-2066 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, October 28, 201 O 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 City, at a cost of $140 per set (non-refundable). The documents are located at the office of the Transportation and Public Works Department, 1000 Throckmorton Street, Fort Worth, Texas76102. Please contact Gopal, Sahu, P.E., Project Manager at 817-392-7949 for assistance . Rev 2/2110_ TPW CNB -1 COMPREHENSIVE NOTICE TO BIDDERS The major work will consist of the (approximate) following: Unit I -Water Line Improvements Unit II -Sanitary Sewer Improvements 4637 Lf of 8" Water Line 323 Lf of 10" Sewer Line By Open Cut 14 Ea 8" Gate Valve 555 Lf of 1 O" Sewer Line By Other Than Open Cut 2624 Lf of 1" Water Service Line 2562 Lf of 8" Sewer Line By Open Cut 134 Ea Class A Meter Box 22 Ea Sewer Manhole 3194 Lf of 4" Sewer Service Line Unit Ill -Concrete Paving Improvements 19 ,959 SY of 7" Concrete Pavement 11,017 Lf of 7" Curb 15 ,510 SF of 6" Concrete Driveway 5318 SF of Walk 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 . Bi? 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 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 Jepartment, must employ the services of a subcontractor who is pre-qualified. The procedure for pre- Rev 2/2/10 TPW CNB-2 COMPREHENSIVE NOTICE TO BIDDERS qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal Unit I-Water Line Improvements, Unit II-Sanitary Sewer Improvements, and Unit Ill-Pavement and Drainage (including Alternate Bid for additional 4' walk, not shown on plans) within this document is designed as a package. In order to be considered an acceptable bid , the Contractor is required to submit a bid for Unit I-Water Line Improvements, Unit II-Sanitary Sewer Improvements, and Unit Ill-Pavement and Drainage, including the Alternate Bid for additional 4' walk. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. A bid proposal submittal that does not include the Alternate Bid 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 Shamsul Arefin, P.E . with Stream Water Group, Inc. at Telephone Number: (817) 446-4171 or by email: arefin@streamwatergroup.com, and/or Gopal Sahu, P.E ., Project Manager, TPW Department at (817) 392-7949 or by email : Gopal.Sahu@fortworthgov.org . A pre-bid conference will be held on Monday, October 18, 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 Advertising Dates: September 23, 2010 September 30, 2010 Rev 2/2110_ TPW By: ~"9~ Chris M. McCoy~ Gopal Sahu, P .E. Transportation & Public Works Department CNB-3 MARTY HENDRIX CITY SECRET ARY 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 ( 1) year old . In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion , may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered . g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification . 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth , in an amount ofnot less than five (5 %) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition , the surety must ( l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a rein surer that is authorized and admitted as a reinsurer in the state of Texas and is the holder ofa 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 4 . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The con tractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C -General Conditions, pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8 . PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five ( 45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions 09/10/04 2 or privileges of their employment, discriminate against person s 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 ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5 :00 p.m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal , State or local laws or ordinances relating to false statements . Further, any such misrepresentation 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 retainag e) from the city for each pay period . 09 /10/04 3 b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed , as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed. e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 09/10/04 4 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 mu st be authorized to do business in the state of Texas . In addition , the surety must (1) hold a certificate of a uthority 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 re insurer 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 s urety 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 Tex a s 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 de fects in workmanship and/or material. Rev 3-13-09 3 . LIQUIDATED DAMAGES: The Contractor's attention is called to Part I, Item 8, paragraph 8 .6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construc tion of the CityofFort Worth, Texas, concerning liquidated damages for late completion of projects . 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5 . EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No . 7400 (Fort Worth City Code Section l 3-A-21 through l 3-a-29) prohibiting discrimination in employment practices . 6 . WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, includ in g the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at a ll times . Section 8.9 of the Standard Sp ecifications for Street and Storm Drain Construction is hereby deleted . 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8 . INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds , proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each per son, $1 ,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 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 in surance 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, IOOO 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 msurance. 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 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by a ll non resident bidders in order for it s bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE /WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAI VER FORM , and /or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later th an 5 :00 p .m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request , Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal , State or local laws or ordinances relating to false statements . Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years . 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13 . PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period . Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14 . ADDENDA: Bidders are re sponsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained 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/per son'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 class ification 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 : (I) 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, 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 : {l) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project ; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts , and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten ( l 0) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs ( l) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. Rev 3-13-09 J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . k . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMP ENSATION 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 l 3A-2 I 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 wi th the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend , indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above re ferenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availabi lity, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period . b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. ( In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable . g. In the event of a dispute regarding either final quantities or liquid ated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev 3-13-09 Section 3 -MWBE Documentation [8J 3.1 -MWBE Special Instructions [8J 3.2 -MWBE Subcontractors/Suppliers Utilization Form [8J 3.3 -MWBE Prime Contractor Waiver [8J 3.4 -MWBE Good Faith Effort [8J 3.5 -MWBE Joint Venture - - FORT WORTH "-,-•. ~ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal is not applicable . POLICY ST A TEMENT It is the policy of the City of Fort Worth to ensure the fu II and equitable participat ion by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS T he Cit y's M/WBE goa l on thi s proj ec t is 23 % of th e total bid. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation , or; 4. Joint Venture. 1. Subcontractor Utilization Form , if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form , if participation is less than stated goal : 3. Good Faith Effort and Subcontractor Utilization Form , if no M/WBE participation : 4. Prime Contractor Waiver Form , if you will perform all subcontractino/supplier work : 5. Joint Venture Form , if utilize a joint venture to met or exceed goal. received by 5 :00 p.m., five (5) City bu siness days aft er the bid opening date , exclusive of the bid opening date. received by 5 :00 p.m., five (5) City bu siness days aft er the bid opening date , exclusive of the bid opening date . received by 5 :00 p.m., five (5) City bu siness days aft er the bid opening date, exclus ive of the bid openino date . received by 5 :00 p.m., five (5) City bu siness days aft er the bid opening date, exclusive of the bid openinQ date . received by 5 :00 p.m., five (5) City bu siness days aft er the bid opening date , exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions , please contact the M/WBE Office at (817) 392-6104. R ev . 11/1/05 - FORT WORTH ~ City of Fort Worth ATIACHMENT 1A Page 1 of 4 I -Subcontractors/Suppliers Utilizat1or'..-Fdrrw 2:1 6 Re PRIME COMPANY NAME: Check applicable block to describe prime Cona.+s.er-Conc::::..+(11 td-f ovi 1X. LP I M/W/DBE lxl NON-M/W/DBE PROJECT NAME: 2007 CR ITICAL CAPITAL PROJECT (COUNCIL DISTR ICT 7), PART 3 BID DATE PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT /O/;)...S/;;).oJD City's M/WBE Project Goal : Prime's M/WBE Project Utilization : PROJECT NUMBER 23% ol 3 {&.~ b;d o/ 009 34 , DOE 5859 ,/1&,t"") % ,4/fC:V-yt;,.+e..."') Identify~ subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract w ith 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 151 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 by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 I - I fORTWORTH ~ I \.I-'-'-'-I.., ATIACHMENT 1A Page 2 of 4 Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if n ecessary. 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 Telephone/Fax B B T D w r R 0 B E E C T E A ROBERT GRA NADOS TR UCKI NG f(U~~ J..(C( lA-l 1Pl-/p coo.oD I 54 12 Kin gs link C irc le 1 v"' Su. <?IU.S Fort Wo rth , Texas 76 135 (8 17) 237 -3520 eonc:l\.iA-e.....-s oo COWTOW N REDI-MIX !Wi mi)( 3&;;./-q50. PO Box 162327 i..-V v J Fort Wort h, Texas 7616 1 I v V (8J7)759-J9J9 f(8 J7)759-J7 J6 TY-C\+tiL Roadrunn er Traffic Suppl y, Inc. C.0--n--l<o \ $1//iOO·Db 3200 Marqui ta Dri ve vi,-a, V Sypp1i es Fort Wort h, Texas 76 11 6 I phone: 8 17-244-0305 fax: 8 17 -244-48 19 +\ 'f d VO ll1 t,d CY\ ¢ 3 1 000,tJD Texas Enviro nm enta l Management ~IY1e}~ Sa n Anto nio , Inc . I I/ P.O. Box369 v Sa:k:ti~ J ustin, TX 76247 Pho ne: 940648 -3640 Shaun na 1V Tr6petf 1oc, 'ti, LfCO.oD MJ PIPELI NE INS PECT IO N, INC. v -v+ PO Box 85 1 l V Li ()-e~ Granb ur y, TX 76048 -085 1 Me lody Bendewa ld (8 17) 946 -11 26 ~u~J $7,500.00 SUN CO AS T RE SOURCES INC. v Teri Ba teman I v PO Box 97232 1 Da ll as, Texas 75397 V (800)677-3835 x655 Rev . 5 /30 /03 I - f ORTWORTH ---...,..--- t -- ATIACH MENT 1A Page 3 o f 4 Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority, Women and non-M/WBEs . Please li st M/WBE firms fi rst , use add iti onal sheets if necessary. Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D YI Telephone/Fax r B B R 0 B E E C T E A 1'i?t' Ii\ pe_ HD SUPPLY WA T ERWORKS, Ltd. I/ ~i4nrs~~ $ ~fr; ~.oo PO Box 840700 I v' Va 1r1es Da ll as, Texas 75284 (8 17) 595-0580 JLB Con tra ctin g, L LC v f\spm If $ 3/)00·0 '0 PO Box 24131 I v Fort Wo rth , Texas 76 124 (8 17) 261 -299 1 p;pe.Pipe.. I> J.f 300, 0 c) RINKER MATE RIALS -ti.»i~~d- V va I v.es J PO Box 730 197 I Dall as, Texas 75 373 -0197 (8 17) 49 1-432 1 . . Re v. 5/30 /03 - fORTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATIACHMENT 1A Page 4 of 4 530 350.00 I a;)..J.../. iw.o o ., TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 7 5':5) 15D.o o 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. Printed Sign Contact Name/Title (if different) ZiJ -5 3Y ;' 1 7 L/ ?> '61 J -53y ~Lf '$5 (p Company Name Telephone and/or Fax p, 0. f-2:D1' / 'SY Lf g Address ) f;rh u 01+11. , X --J t; 11°1 City/State/Zip \ ,ol@?>ito Date I 1 Rev . 5/30/03 - - FORT WORTH ---. ., City of Fort Worth Prime Contractor Waiver Form ATIACHMENT 18 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe orime PROJECT NAME: I M/W/DBE I I NON-M/W/DBE 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 BID DATE PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT City's M/WBE Project Goal: PROJECT NUMBER 23% 00934 , DOE 5859 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.1 five (5) City business days after bid opening, exclusive of the bid opening date, will result in the . ' bid bl;!ing considered non-responsive to bid specifications. · Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business . Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, includ ing 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 - - - ATTACHMENT 1C Page 1 of 3 FORT WORTH "-, •. ,-- Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe Co M/W/DBE NON-M/W/DBE 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SAN ITARY SEWER REPLACEMENT BID DATE / D _ ol 8 -;)_oj D City's M/WBE Project Goal: PROJECT NUMBER 23% 00934 , DOE 5859 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder w ill have the burden of correct! y and accurate! y pre pa ring and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to c omplete thi s form, in its en tirety with supp orting docum entation, an d receiv ed by the Managing Oepartm ent on or b efore 5:00 p.m. five (5) City business days after bid opening, ex elusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting a nd/or supplier opportunity} for t he completion of this project, regardless of whether it is to be provided by a M/WBE or non -M/WBE. (00 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 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. ~es Date of Listing ....Q..8:j d:8:t f D __ No 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ___6 es (If yes, attach M/WBE mail listing to Include name of f irm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __0 es (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to prov ide 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 (1 0) or I ess, 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 mu st contact at lea st two- thirds (2/3) of the list within such a rea of o pportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) *id ou provide plans and specifications to potential M/WBEs or information regarding the location of pl s and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE qu otes were rejected. The documentation submitted should be in the forms of an affidav it, include a detailed exp lanation 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 acces s to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessarv, and attach.) Company Name Telephone Contact Person Scooe of Wor \ Reason for Rejection ,_,;{ 0 o I 1-r; ()., I ( ( ~Q (t) rf J-k-Q,,-, __./\.J - Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directl y to the Cit y upon request, comple te and accurate i nformation regarding actual w ork performed on this cont ract, the pa yment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held b y their com pan y that will substantiate the actual w ork performed on this contract, by an authorized officer or employee of the City. · Any intentional and/or know ing mis representation 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 Federa I, State or Local la ws 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 informa tion provided and the M/WBE(s) lis ted was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contact ed and the reasons for not usi ng them will be verified b y the City's ~ O::=ff:..ic~. ;;z::=::=~- Signa re &w . ~e Con l P)@fS-e(C1ris±Dttd '1au ,,X, Lf_ Company Name Pftoar.!" tact Name and Title (if different) i 11 ;63'f ~J7Lf:) '6'1 7 --''55l{-l/S:Sf> .Ph Number Fax Number f 0. 150:f. 15Lr 4 g: ~ress . . \ EmeiE 4-:DfL l))O yl,V\ I)( :z fR 119 - City/State/Zip ~ • J e ((\/ CQ:, eovx.x:tse r.c ~ Cmii J dress { ~D / c±?:) JOI D Rev. 05/30/03 MWBE Documentation_ Received Department of Engineering 10 -2s-- 7 0,40 . 2 · 76 Bid Date : Project Name : Project DOE #: City Project #: ooq 3y Project Manager. Fonns submitted by: Name : Title : Company: _r..__ ...... a f\~n ...... ~~O...._y_c.;;;;...' ()¥,.;.D-1>.S....it:ill.........x.;~C1J ...... O._..O~-r__.__.._.x. ........ , ~W,---- . Signature of City Staff receiving : -'~~~~--+-+'-c..-3-+--LO ........... H ........ ~-....,;a.~}i _________ _ Reva - - Section 4 -Bid Package [8l 4.1 -Bid Proposal Cover & Signature Sheets [8l 4.2 -Bid Proposal(s) D 4.3 -Green Cement Policy Compliance Statement [8l 4.4 -Bid Schedule [8l 4.5 -Vendor Compliance to State Law [8l 4.6 -List of Fittings [8l 4.7 -Pre-Qualified Contractor List - - - ' liiiil TO: The Purchasing Department City of Fort Worth, Texas PROPOSAL Fort Worth, Texas Ocotober 28, 2010 FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER City Project No.: 00934 UNITS/SECTIONS: Unit I -Water Line Improvements Unit II -Sanitary Sewer Improvements Unit Ill -Paving and Drainage Improvements 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 ofinvestigation; 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. - - Page 1R of 11 City of Fort Worth PniJect......, Gopal Sahu. P.e. Project 2007 Critical Capital Project (Council District 7) -PART 3 UnltlSectlon: · Unit I -Water Line lmprowmenta Bid Items 11am Unit of Your Unit No Sub Group CPMS Record Number Materlal Description M-Ul'II Quantity Price Your Bid 1 Water-Distribution 810-00618 PVC Plpe-Pressure-8 Inch (PVC C900 DR14 Water Pipe by Open Cut (All Unear 4,637 d,'6,DD $ t)..f,~W 1 .......... , ....o+h D-.rl.flll Dar~ ---lft..,,n ,:,.,.. 2 Water-Distribution BID-00616 PVC Plpe-Pressure-6 Inch (PVC C900 DR14 Water Pipe by Open CUt (All Unear 59 ,Jl,.D0 $ I, 53'/,tJO l........i..1 ........ D-.rl.flll Dar w-.. .:.. -IR<hll c..- 3 Water-Distribution 810-00850 Iron Plpe-Caslng-18 Inch-Casing Pl~ Cut Oncludlng Spacers Per D- '51 'II -lncnl Unear 40 75.00 $ 3,000. f.D r..- 4 Water-Distribution BID-00749 Iron Valve-8 Inch-Gate Valve w/ Bo,c (WTR-002) -Install Each 14 c;oooD $ t.J, fpdJ.60 5 Water-Distribution BID-00745 Iron Vaive..6 Inch-Gate Vahle w/ Bo,c (WTR-002) -Install Each s 'g[j).()C $ I/, ca],QJ II Water-Distribution 81D-00751 5ervlceCS Valve-Gat.e (D-28) -Remove (And Salvage) Each 16 I oooc $ /,e:to ~ 7 Water-Dlstrlbutlon BID-00546 Iron f:lre Hydrant (WTR-006) -Install Each 5 ,J,300.00 $ ft, '5/)0. •o a Water-Distribution BID-00547 5ervlceCS Fire Hydrant (D-28) -Remove (and Salvage) Each s ;:?.oo.oo $ ,, oro ~o 9 Water-Distribution BID-00548 Iron Fire Hydrant-Barrel & Stem Extension"' Install Vertical 10 JOO.OD $ I I ctX},tJ'f, i::-t 10 Water-Distribution BIO-OOSSO Polyethylene Meter Box-Cass A (W1M)26) -lnstal Each 134 JID· oc $ I~ 7'/QCl. 11 Water-Distribution BID-00553 Polyethylene Meter Bo1C-cla5s B (WTR-027) -install Each 2 · o2W,DC $ Lj[l),CX> 12 Water-Distribution BID-00758 Copper Water Servla!-1 Inch (D-51. 7) -lnstan Unear 2,624 ~_()0 $ 7?, '/7,,l /t. c ..... 13 Water-t>lstrlbutlon BID-00759 Copper Water SefVlce-1 Inch (D-51. 7) N Relocate Each 40 . 300.()/) $ I,).,, ot(). 00 14 Water-Distribution BID-00762 Assembly Water Servlce-1 Inch Tap to Main (D-51.5) N Install Each 134 ~ $ ~D, /:lJ. tJt Page 2R of, 11 Bid Items ltllm UnHaf Your Unit No Sub Group CPMB R-.1 Number llatarlal D-iptlon ..... u ... Quanuty Prk:e Your Bid 15 Water-Distribution BID-00763 (Opper Water Servlce-2 Inch (D-51. 7) -Install Unear 31 3o.OV $ Cf:~. ot. c...... 18 Water-Distribution BID-00764 Copper Water Servk:e-2 Inch -Relocate Each 1 ~C().{)C) $ /,../';() t,{. 17 Water-Distribution BID-00767 Assembly Water Servk:e-2 Inch-lap to Main (D-51.S)-Install Each 2 L{-C(J.00 $ fs{l). Bi 18 Water-Distribution BID-00568 Iron Pipe Flttlnss-Less Than 16 Inch DI Pipe -Install Ton s d 5~.oc $ I~ •. <cl) ell 111 Street-Paving BID-01302 Asphalt Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary (STR-30) -Unear 7,500 g.06 $ (d). (d) lJi. ......... -t 20 Street-Paving BID-00443 Asphalt Pavement-2 Inch Min HMAC on 2/27 C.Oncrete Base (STR-028) -Install Square 1,680 5 .oo $ 'o,'ftl)/Jl c..- 21 Street-Paving BID-00458 Concrete Pavement-concrete on 2/27 Conaete Base (STR-031) -1ns1a11 Square 1,200 (n.oo s 7~t()/)l .,_.. 22 Sewer-Colectioll BID-00841 Concrete Concrete-Encasement (DA-48) -Install Unear 80 ,o.oo $ tWOt:. .,_.. 23 Street-Paving BID-01174 Cement All Materlal-C.ement Stablllzecl Backflll -Install Ton 41 90 oc s 3t/lo.ex 24 Water-Distribution BID-0054S SOIi FIii Material -Type B Bactflll -lnstan CUblc so /_l>O $ 5/). al V,artl 25 Water-Distribution BID-00837 Conaete Concrete -Type B (fur Mlscellaneous Placement) -install cubic so /D.b0$ s::o.~ v~..1 28 Water-Distribution BID-00839 Concrete Concrete -Type E (for Mlscellaneous Placement) -install Cubic so 10 .oc s 5f;ciBt. v ...... 27 Water-Distribution BID-00542 Servla!CS D-hole-Exploratory Excavation (D-SO) .. Study Each 4 )fo000 $ /. loCO·lJ 1 ) 28 Water-Distribution BID-00768 Steel Water SeMce -2 Inch temporary (D-51.8)-Install Lump 1 I d.i C1X)IJ) $/,;).,Oo/) otJ o:: .. - 28 Park-Site BID-00181 Servla!CS Traffic Control (SP-61 Prepare and Maintain) -Install Lump 1 1,txvl)C $ f/ZJJ.~ C::11111 :,0 Dralna&e:-MaJor BID-00100 Servla!CS Storm Water Pollution Prevention Plan (SP-60) -More than 1 Ac. -Lump 1 c:J..OD·cx:, $ ~Cl)Q(. 11 ...... n c: .. - Total Bid** (Unn I-Water Une Improvements) s L.// qp~d O O ""Transfer Total to SUMMARY OF BID Page Page 3Rof 11 City of Fort Worth l'nlject-..., Gapal Sehu. P.E. Project 2007 Critical Capital Project (Council District 7) -PART 3 Unlt/Sec:tlon: Unl 11 • SanllaTy S-lrnprm,aments D ... City Pn,Ject J'S 00834 Bid Items llem Unit af Your Unit No Sub Group CPMS Record Number Mat.tat Desc:rlpllon Meaun Quantity Price Your Bid 1 Sewer-Collection 811)-00246 PVC Plpe-Sewer-10 lnch-SDR35 (All Depths) -Install linear 323 45.oc $ JL/. S:!S l{. ICnnt 2 Sewer-CoUectlon 810-01166 Iron Plpe-Sewer-10 lnch-SDR26 In 20 Inch Casing Pipe-Other Than Open . Linear 555 J7~0D $°f7 m"z r, .. -, .... ,,11 c,,.,. 3 Sewer-Collection BID-00351 PVC Plpe-Sewer-8 Inch -SDR3S (All Depths) -1Ntall Linear 2,562 ~00 $ RI qg4. Ol CAA> .. Sewer-Collection 810-00207 concme Manhole-Drop-Std 4 Ft Dlam-{to 6 Ft depth) -install Each 5 ~ Nl).DD $ ! 5 ()[j)[JI} e Sewer-Collection BID-00208 Concrete Manhol~rop-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -lnstilll Vertlcal 31 1FlJ.OD $ 'I hC/J. et. ICnnt , 8 Sewer-Collection BID-00.213 concrete Manhole-Std 4 Ft Olam-{to 6 Ft Depth) (l>'-261 -Install Each 17 _J c.iJ()OO $ .l/ol. 5(1). d- 7 Sewer-collection 910-00214 concrete Manhole-Std 4 Ft Diam-Added Depth(Over 6 Ft Depth) -Install Verttcal 60 /~CJO $ 7 f,l;CfJ&) ~ 8 Sewer-Collection 81D-00198 concrete conar-Manhole-32 Inch-Frame & Cover (SAN-<lO!l) -Install Each 22 .~coctJ $ /,., /,£[).O(. 9 Sewer-COiiection B1D-D0211 ServlceCS M1nhole-Palnt & Coating-Interior Protective Coating-Install Vertical 76 175.ol $ 13 3CD t)£ ~ 10 Sewer-Collectlon BltHl0217 ServleeCS Manhole-Vacuum Test (0-36)-Services Each 22 5QOD $ J. /Cl).OB . 11 Sewer-Collection BID-00205 Other Manhole -Abandon Each 5 3ooro $ J,5W.OD 12 Sewer-Collection 810-00206 servtceCS Manhole (D-28H) -RemUIII! Each 8 ·;;/w.oc $ J, looD-a) 13 sewer-Collection BID-<l0367 ServlceCS sewer-service-Cut & Plug Existing All Sizes All Depths -Abandon Each 35 dCQDC $ 7. ocoa 14 Sewer-Collection 810-00354 PVC Sewer Servlce-4 Inch (D-27) -lnstal Linear Z,038 jo.OC $bf fll0.00 ., __ Page 4R of 11 Bid Hems Item Unlaf Your Unit No SUbGroup CPMS Record Number Mmrfal Dacrlpllon Mealft Quanllty Price Your Bid 16 General-Common BID-00121 Other Sewer Servtce-4 Inch-On Private Property by Licensed Plumber (D-27) -ln<hll Each 1,156 3fr..oD $'1-J.h/b tC - 18 Sewer-COiiection BI0-003SS Other Sewer~ Inch .5ervk:e Tap (D-27) -Install Each 88 ~oo.oo $17 tliJ.bD 17 Sewer-Collection Bli>-00356 PVC Sewer~ lnch-2 Way Cleain Out(~) -Install Eaich 88 t5o.oo $ I 3..;ul). aC 18 Street-Parkway BID-00402 serviceCS Driveway-Remove Square 893 l/-. () 0 $ 6t5~ll. .,,.... 19 Street-Parkway BID-00404 Concrete Driveway-6 inch -Install Square 893 C.....+ 5_00 $ 7, ,w.Qz 20 water-Distribution BID-00544 Cement Fill Materlal-FIOWillble FIii -Install Cubic 50 ~ov $ 3. ;)(/), Ct. v~,A 21 Sewer-COiiection BID-00201 ServiceCS Inspection-Post Construction Cleaning & lV (D-37) -Study Linear 3,439 ,Q .oo $ lo . i11. a:. Cnnt 22 Sewer-Collection BID-00202 ServlceCS lnspectlon-Preconstructlon Cleaning & 1V (D-34) -Study Linear 2,730 ;J.So $ l~~Gt Cnnt 23 Sewer-Collectlon BID-00372 ServlceCS Trench safety Systems Foot (or More) Depth (D-2SI -Install Unear 5,478 J. /) 0 $ 5'!'1b. ll t.....+ 24 Street-Paving BID-01302 Asphalt Paveml!nt-2 Inch HMAC on 6 Inch Flex Base-Temporary (STR-30) -Unear 4,350 roo $ 3f.f1DM. 1,~-~11 .,...... 25 Street-Paving BID-00443 Asphalt Pavement-2 Inch Min HMAC on 2/27 Concrete Base (STR-028) -install Square 18,736 5 _00 $ 13,~a .,...... 28 Street-Paving BID-00458 Concrete Pavement<oncrete on 2/27 Concrete Base (SlR-0311-Install Square 320 (p_DD $ I, q.;>aco c ..... 27 Sewer-Collection BID-00841 Conaete Concrete-Encasement (DA-48) -install Unear 80 ;o.o $ <j'll) l)_'i, £..- 28 Street-Paving BID-01174 Cement FIii Material-Cement StllblHzed Badtflll -Install Ton 100 30JJC $ 3,000.0£ 29 Water-Distribution BID-00545 Soll FIii Material· Type B Backfill -Install Cubic r,o /. 00 $ (d).00 . y,.,A 30 Water-Olstrlbutlon BID--00837 Concrete Concrete -Type B (for Mlsa!Haneous Placement) -Install Cubic y,.n4 60 10.oo $ tdIJ.oo 31 water-Distribution BID-00839 concrete Concrete -Type E (for Miscellaneous Placement) -install Cubic 60 ,o.va $ ld:f).OD Y.....t 32 Water-Distribution BID-00542 Sef1llceCS D-hole-Exploratory Excavation (D-SOJ -Study Each 30 o?(X).DD $ W a:J::> 00 33 Park-Site BID-00181 5efVic:eCS Traffic Control (SP~l Prepare and Maintain) -Install Lump 1 ·1. rxvP 0 $ 4-.cro.60 C:,,m 34 Dralnage-"Major BID-00100 Servk:eCS Storm water Pollution Prevention Plan (SP-60) -More than 1 N. -Lump 1 d,(i)oo $ .;}Cl).D°Q IR-11 "·-',..,., !)0 Total Bid"* (Unit I. Sanitary Sewer lmprowments) . $ u;0?,0-31 . -rlBflsfef Total to SUMMARY OF Bil Page Page5R of 11 -------------------~~~---~ ------· ............ . City of Fort Worth Plllject--= Gapa1&111u, P.E. Project 2007 Critical Capital Project (Council District 7) -PART 3 UnllfSec:tlon: Unit ID • Conc:na Pntng lmproveinenis Bid Items ...... Unftof Your Unit No Sub Group CPMI Record Number Materlll DescrlpUon ....... Quantlly Price Your Bid 1 Street-Pavlllll BID-00472 ServlceCS Pavement-Unclassified Street EJICiMtlon -Remove Cubic 4,232 er.Do $ 38ieflf.a:, v.....i 2 Street-Pavt111 BID-00474 Servla!CS Pavement-valley Gutter -Remcve . Square Ynnl · 162 4.00 $ IA(,.OQ 3 Walkway-Sldewalk 810-00529 ServlceCS Walk -Remove Square 4,516 1-00 $ Lf. f:i toP 0 -4 Walkway-Sidewalk 81D-00537 Concrete Walk•Steps -Remove Square UlO ~.oo $ 'fl1J.D1) - 5 Wallcway-Sldewallc: BID-00533 SetvlceCS Walk-ADA Wheelchair Ramp -Remove Square 2,068 ~.oo $ 'f, / 3b. DJ) ~ 6 Street.Paving BID-00457 Servlc:eCS Pavement-Concrete -Remove Square 769 4,00 $ 3.,l/7{;.~ Yanl 7 Street.Parkway BID-00402 ServloeCS Dl'M!Way-Remove Square 14,100 J.50 s~J, ff{). ac; ~ ..... 8 Street..f'aving BID-00424 ServlceCS Curb & Gutter -Remove linear 10,982 ;J,, oO $ .)./, 1 fA:Ol c..... 9 Drainage-Minor 810-00102 ServlceCS Inlet -Remove Each 13 ,300.0D $ 3. 90(). al ,o Strfft-Parkway 810-00408 ServlceCS Mailbox -Remove Each s ,w.oo $ '500.00 11 Street.Parkway Bll>-00412 Servla!CS Retalnlnl wan -Remove Unear 100 400 $ 4-co.oo ~- 12 Street-Paving 810-00486 Ume Subarade-6 Inch-Lime Stabllzed -Install Square 22,484 ~.lP~ s si58.l~ v~nt 13 Drainage-Major BID-00083 Concrete Plpe-30 Inch-Cl. Ill -IMtall Linear 20 (p().DO $ !,;JtaaJ ,...... 14 Drainage-Major 810-00082 Concrete Plpe-24 Inch-Cl. Ill -install Linear ,...... 71 50.'>D $ 3,%0,CO 15 Drainage-Major 810-00081 Concrete Plpe-21 Inch-Cl Ill -11151all Unear 245 L/).1)0 $ I O 1 ;;f/0. (j) ~ 16 Dralnage-Mlr'IOI' BID-00106 Concrete Inlet-lnllne -10 Ft -Install Each 13 ~c;w.00 $ ;}fp, cweic . Page8R °'11 ----~-------------~~~-~-~~~-----···-······· Bid Items Item lJnllof Your Unit No SubGn>up CPMS Record Number Mlltarlal Description ...__ Quantity Price Your Bid 17 Drainaae-Mloor BID--00118 Conaete Manhole-4 Ft Squar -install Each 1 J.,Sti).00 $;;).,cgx;.fJO 18 water-Distribution BID-00544 Cement FIii Materl.al-Flowable FIii -Install Cubic V,onf 10 ~DD $ ('p5D.00- 19 . Dralnag~j(Jr BID-00901 SeNiceCS Pipe -Abandon Unear ....... 100 5f>D $ 50'l).lXJ- 20 Street-Paving 810-00496 ume Subgrade-Ume for StabUlzed (40lb/SY) -Install Ton 457 /.~~OD $ fol J tf6 ct) 21 Street-Paving BID-00452 Concrete Pavement-7 Inch-Non Green Cement -install Square 19,959 ~'1.00 $538,m~ v .. n1 22 Strl!et-Pavlng l!li>-0046S Clay Pavement-Paver On Concrete Base -install Square ....... 675 ,o,00 $ "· ?:!LP 23 Street-l>avlng 810-00843 Concrete Curb-7 Inch -lnstal Uneer 11,017 J.50 $/fr,/S:550 ....... 2~ Street-Parkway BID-00411 Other Retaining Wall (Per TXDOT RW 1 (L) A -install Cubic y-,4 14 JO()DD $ .;)., 8t[) 0 0 2ti Street-Paving BID-00462 Concrete Pavement-Header -lnstaR Unear B83 5,bD $ 44,soo ....... ·, 26 Street-Parkway BID-00404 COncrete Driveway-6 Inch -Install Square 15,510 4~0 $ /p'f. 75rx; """' ·, . 27 Street-Paving BID-00426 Concrete Curb-Curb & Gutter-7 Inch w/1B Inch Gutter-Install Unear ....... 620 yg.oo $ //J }bO.Ol> 28 Street-Parkway BID-01119 Concrete Driveway-6 Inch Exposed Agrepte -Install Square 270 J.bO $ I, 'ifjO.bO ....... 211 Street-Paving BID-00471 Asphalt Pavement-'rransltlon-l\llln 6 Inch HMAC-Install Ton 68 <?560 $ ~1taa 30 Sewer-Collection BID-00196 Concrete Collar-Manhole -Install Each 7 ~o.DO $ ~.tco.CO 31 Walkway-Sklewalk l!ID-00530 Concre1e Walk-4 Ft -lnstal Square 4,968 ;:JPO $ 7'j3b~C ....... 32 Walkway-Sklewalk BID-00Sl1 COnaete Walk-5 Ft -1nstaB Square ,...,.. 350 500 $ /,oso.l)D 33 Walkway-Sldewalk 810-00536 Concrete Walk·Steps -1nsun Square ~-100 ~o.oo $ ~[)C[),QC ~ Walkway-Sidewalk BID-00527 Other Walk (Brick-Salvage and Reuse Existing) -install Square ,...,,. 2S2 J!!J,00 $ 3,7ft'.~ Page 7R of 11 ~-------------------------~-~=~--.. ·-···-··---······ Bid Items hm Unit of Your Unit No SU1I Group CPMS Record Number Material Description lleasure Quantity Price Your Bid 38 Walkway-Sidewalk 810-00532 Concrete walk-ADA Wheelchair Ramp -1nstaR Square 2,096 9.00 s 1 ~ SID'f.ao ~ 36 Street-Parkway 810-00407 Assembly Maflbox -Install Each 5 d[;OoD s J,CtDoo 37 Water-Distribution 81D-00543 Soil Fnl Materlal -Borrow-Install Cubic 100 300 $ 3P).OQ V3ftl 38 land-Soll 810-00147 Soll topsoll 6 Inch -1nstal Cubic v-1,750 $ 16.50 $ 21,175.00 39 Traffic-Signal 810--00512 Assembly Signal-Loop Detector-Install Unear ,,...,. 120 'f.00 $ LfSV.00 40 Street-lighting BID-00392 Assembly Electrical Ground Box Type c (162911)(WApron) -1nstan Each 1 f3()-~. $ 5c000. 41 Trafflc-Slgnal BID-01061 Assembly Signal-loop Detector Saw Cut-lnstaU Unear ,,_ 120 5tJD $ bC()O'C!. 42 Traffic-Signal BID-01034 Assembly Slgnal-10 ft Pedestal Pole-Salvage and Reuse Each 1 2, [DD-DO $ .:3 'CC[/J r, 43 irafflc-Slgnal 81D-01066 Assembly Slgnal-Pedestal Service -1nstan Each 1 I. Otx>oo $ r Clf),IJO 44 Traffic-Signal BID-01051 Assembly Signal-Base for 10 Ft or 14 Ft Pedestal Pole Assembly-Install Each 1 I. :5oc/D $ I ':::PJ/)o 45 Street-Pavl111 810--00431 Other Pavement Marklng-12 Inch-Crosswalk Une-Whlte-tnstall Unear .,_ 400 ~.5 0 $ I {J)PQ 46 Street.Paving 810--00438 Other Pawment Markl1'18-Stop Bar-Whlte-18 lnch-1nstall Unear 18 L{. bD $ 7;;,oe> """' 47 StreeHavtnc 810--00433 Assembly Pavement Marking-lane Markers Type 11-M-4 -Install Each 16 rn.oo $ q{ooo 46 Stl'fft-Pavtn1 BID-00436 Other PIVfflll!nt Marking-Lani! Markers Type Y-4 -1nstatl Eacll 46 700 $ ~l'YO I.ump . 49 Street.Parkway 810-00414 S@rvlceCS Utility Adjustment -Repair c,-. 1 $ 30,000.00 $ 30,000.00 50 Sewer-Collectlon BID-00849 ServlceCS Manhole-Adjustment -Services EKII 21 $ 350.00 $ 7,350.00 51 Water-Distribution 81[).()()847 ServlceCS Valve Box-Adjustment -Services Each 20 $ 250.00 $ 5,000.00 112 Water-Distribution BID--00848 ServlceCS Meter Box • Adjustment N Services Each 134 $ 35.00 $ 4,690.00 Page8Rof11 Bid Items Ham Unit of Your Unit No Sub Group CPMS RKOld Number ........ o..c:rtpllan Measure QU91111ty Price Your Bid 53 Trafflc-Sian BID-00504 Steel Sign -Project Des~lon -Install Each 9 $ 300.00 $ Z,700,00 114 Park-Site BID-00181 ServlceCS Traffic Control (SP-61 Prepare and Maintain) -install Lump 1 O{)()·(JI) $ "31 ClX). DD Ii!! Drainage-Major BID-00100 ServlceCS Storm Water Pollution Prevention Plan (SP-60) -Men than 1 Ar. -Lump 1 &x>ro $ ?:aJ.00_ Total Base Bid** (Unit 111-Concrete Paving Improvements) / tf ~ ~ 4A I D "Transfer Total SU y Of BD Page Bid Items· ALTERNATE BID ..... Unllof Your Unit No Sub Group CPMS Rac:anl Numbllr Matarllll Description Musurw Quantity Prtc:e Your Bid 56 Walkway-Sidewalk BID-00530 Concrete Walk-4 Ft -Install Square 43,928 ;)._ ;l.'5 "1o."8!E.oo l'nnt 57 Walkway-Sidewalk BID-00529 5ervlceCS Walk -Remove Square 27,376 o.SD $J.3 ¢,~[)() - 158 Walkway-Sidewalk BID-00532 Concrete Walk-ADA Wheelchair Ramp -Install Square 975 'j . oO s 3, 175.cx.i - 119 Street-Parkway BID-00412 ServlceCS Retaining Wal -Remove Unear 100 ~.oo $ j(X)oO ~ GO Street-Parkway BID-00411 Other Retalnlnc Wal (Per TXDOT RW 1 (U A -lnstaa Cubie Y....! 21lO 175.otJ s 35,om/Z e, Street-Parkway BID-00411a Other Retaining Wal (For Combination Retalnlns Wall with Sldl!Wlllk)-lnstaD Cubie 320 rso -60 $ S7 fDCO .a Y....! I Subtotal Alternate Bid Total Alternate Bier* (Subtotal Alternate Bid+ Unit Ill Base Bid) $ /, :J? ¢'70-1 O · -rransfer Total 10 SUMMARY OF BID ege Page9R of 11 --------------------------~~~=~ ~-·-···-········· . ' . BASE BID ALTERNATE BID FINAL BID SUMMARY Unit r -Water Line Improvements Unit II -Sanitary Sewer Improvements Unit HI-Paving and Drainage Improvements TOT AL BASE BID Unit I -Water Line Improvements Unit II -Sanitary Sewer Improvements Unit Ill -Paving and Drainage Improvements (Alternate Bid + Base Bid) TOTAL ALTERNATE BID Page 10R of 11 L/J DI IDW. ciJ 4,o z'osrzv 0 /,;;)'J/, '5 7P.1 D - Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful perfonnance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby; If as a requirement of this project, the undersigned bidder 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 300 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) 0 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. ,Cg:: The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged ofth followin addenda: Addendum No. 1: ~ Addendum No. . Addendum No. 3: Addendum No. 4: Addendum No. 5: Addendum No. 6: [ Affix C orporate SealJ Company: CoYi~-\.5€ r U)Y\~v'tU.:,t-i l>Y""). ~ ~ Address: Po ~ I S4 Ll i l=o<-buJD"-th i'°TX I iJ 119 Date: ID( ~Sj dOI 0 Page 11R of 11 For Project: BID SCHEDULE 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VD. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESnlNE RD. TO LAFAYETIE AVE.) DEXTER AVENUE (FROM CLOVER LN. TO SUTTER ST.) SUTTER STREET (FROM LAFAYETTE AVE. TO BYERS AVE.) TP&W NO. C295-541200-207400093483 WATER NO. P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 FIie No. X-20965, K-2066 BID SCHEDULE NOTE ITEM CPMS Record No. BID-00100, Storm Water Pollution Prevention Plan -More 1. than 1 AC -Install . A Storm Water Pollution Prevention Plan has been prepared and is available for review at the Department of Transportation and Public Works front desk. CPMS Record No. BID-00532, Walk-ADA Wheelchair Ramp -Install. This item 2. shall be constructed using the City of Fort Worth standard Sidewalk Ramp Details. as provided in the construction plans. CPMS Record No. BID-00452, Pavement-7 Inch-Non Green Cement -Install. . 3. This item shall have a 28-day, minimum compression strength of at least 3000 osi. 4. The CITY INSPECTOR shall keep all Quality Control Records of compaction and stabilization ratio. CPMS Record No. BID-00407 & BID-00408, When possible, the Contractor 5. shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. See Special Provisions for Street and Storm Drain Imorovements item 56, Page SP-23. CPMS Record No. BID-01034, Signal-IO Ft Pedestal Pole-Salvage and Reuse, 6. The Contractor shall salvage and reuse the existing pedestrian pedestal pole and coordinate the work with the City's corresponding deoartment. See plan sheet 33 ~ . -~ Rev. 10/25/10 Bid Schedule 1 of 1 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas . .!Kl BIDDER: Coro.:tse c Con :>ht t ci ii'lO]X LP By: J e v < '(I, C 11))'.)'.X..-/:se c ~ompany lease print) Po. f2:>o1' 15w u_( Address Jn,+ u)1'li"th 1 X J lell 91 City/State/Zip . , . ~ Sign~ Title ~ C QS ~ d~Y1 :± {Please-pr;int) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION LIST OF CAST IRON FITTINGS FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BL VD . TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD . TO LAFAYETIE AVE .) DEXTER AVENUE (FROM CLOVER LN. TO SUTIER ST.) SUTTER STREET (FROM LAFAYETIE AVE. TO BYERS AVE .) TP&W NO. C295-541200-207400093483 WATER NO. P253-541200-6071700093483 SEWER NO. P258-541200-7071700093483 File No. X-20965, K-2066 ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING INSTALLATION. TYPE SIZE QTY WEIGHT TOTAL WT Tee 8-inch x 6-inch 5 3 0 (.) /j-00 Tee 8-inch x 8-inch 9 yoo ,l ?o o Reducer 8-inch x 4-inch 1 l. O 0 200 Reducer 8-inch x 6-inch 6 zoo rz.o o 11 .25° Bend 8-inch 1 JOO Joo 45° Bend 8-inch 23 70 0 ''"0 90° Bend 8-inch 1 70 0 }oO MJ Cleaning Wye 8-inch 4 JC, 0 zoo O MJ Solid Sleeve 4-inch 1 700 'Z. oO MJ Solid Sleeve 6-inch 6 JO o tfc,o MJ Solid Sleeve 8-inch 5 f()O i.ooo COST 04 )DOO - r'f <>oo!.. ..J ot 00 - 2.. 'f oo 0 ~ (00°~ J o• I Poo -t ... Oo- Lf o< 0()() - 'juo'~ '' 00 °':l. 1../ ooo~ Contractor shall fill in blanks for "Weight", "Total Wt" 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 Unit(s)/Section(s) Detail Subcontracting Company Name Working Work Address Telephone/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 -Part DA -Additional Special Condition {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-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1 ,23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS 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 Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .l C2-2 .2 C2-2 .3 C2-2.4 Proposal Form 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) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2 .8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modification s 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 Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 A ward of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3 .7 Bonds C3-3 (2) C3-3 .8 Execution of Contract C3-3 (3) C3-3 .9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3 -3 (4) C3-3.ll Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3 .13 Weekly Payrolls C3-3 (6) C3-3 .14 Contractor's Contract Administration C3-3 (6) C3-3 .15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4 .1 Intent of Contract Documents C4-4 (1) C4-4 .2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) C5-5 CONTROL OF WORK AND MATERIALS CS-5 .1 Authority of Engineer C5-5 (1) CS-5.2 Conformity with Plans C5-5 (1) CS-5.3 Coordination of Contract Documents C5-5 (1) CS-5.4 Cooperation of Contractor C5-5 (2) CS-5.5 Emergency and/or Rectification Work C5-5 (2) CS-5 .6 Field Office C5-5 (3) CS-5 .7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 .9 Inspection C5-5 .10 Removal of Defective and Unauthorized Work C5-5.ll Substitute Materials or Equipment C5-5.12 Samples and Tests of Materials C5 -5 .13 Storage of Materials C5-5.14 Existing Structures and Utilities C5-5.15 Interruption of Service C5-5.16 Mutual Responsibility of Contractors C5 -5 .17 Clean-Up C5-5 .18 Final Inspection C6-6 LEGAL RELATIONS AND PUBLIC RESPO NSIBILITY C6-6.l Laws to be Observed C6-6 .2 Permits and Licenses C6-6.3 Patented Devices, Materials, and Processes C6-6.4 Sanitary Provisions C6-6.5 Public Safety and Convenience C6-6 .6 Privileges f Contractor in Streets, Alleys, and Right-of-Way C6-6 .7 Railway Crossings C6-6.8 Barricades, Warnings and Flagmen C6 -6 .9 Use of Explosives, Drop Weight, Etc. C6-6.10 Work Within Easements C6.6 .ll Independent Contractor C6-6.12 Contractor's Responsibility for D amage Claims C6-6.13 Contractor's Claim for Damages C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6.15 Temporary Sewer and Drain Connections C6-6 .16 Arrangement and Charges for Water Furnished by the City C6-6.1 7 Use of a Section or Portion of the Work C6-6.18 Contractor's Responsibility for the Work C6-6.19 No Waiver of Legal Rights C6-6.20 Personal Liability of Public Officials C6-6 .21 State Sales Tax C7 -7 P ROS ECUTION AND PRO GRESS C7-7.l C7-7 .2 C7-7.3 C7 -7.4 C7-7.5 C7 -7 .6 C7-7.7 C7-7 .8 Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C5-5 (3) C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C7 -7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) • 'I<'. ~-?--.. ( . , ,- ~ . ! ·"' 1' .,, • ' ' p. .. ,i . ' " ·~ 'f· I', ,, '• " "ifi:1 X .. ., . ; • .. . . ' ' ) i .. 't'. .. ; \ ~:'ft" .. : r • < C ,,. C7-7.9 C7-7.I0 C7-7.ll C7-7.12 C7-7 .13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.1 C8-8.2 C8-8.3 C8-8.4 C8-8 .5 C8-8.6 C8-8.7 C8-8.8 C8-8.9 C8-8.f0 C8-8.l 1 C8-8.l2 C8-8.l3 • !'(''' ,, Delays Time of Completion Suspension by Court Order Temporary Suspension . ' Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement Of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents (4) ,, ., < " ' ; ·- " . I f .. { • ' • l ;•' "'i . ' ' '~ ; •. I'. ,, $: :\. <I<' ~ ~ .. :-.t- . '• .. . ,, J,:.~;.,.j •, C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (8) C7-7 (8) C7-7 (11) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) . ' ' ' . ' . . \' ~ I .. \ . , . . ' ' ~ F . ' ... ,., '.· : !~ i .. "' ~~ ·~ l' .;. ' ,r 'l ..,., -'. C8-8 (4) f;} : • " . ' -~~..>' '. ; "' ,0 •' . ~- \~ : { .-f ' , . ' . '· , ,· . ~ .. ,, t,:.; % .. ' PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION C 1-1 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 PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. 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 CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to rerider a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b. C. d. C2-2.6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and ,, Cl-1 (2) C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C 1-1.11 PLANS : The 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 drawing s as the Owner may issue to clarify other drawings or for the purpose of showing change s 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. C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas . Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative . Cl-1.16 CITY ATTORNEY : The officially appointed City Attorney of the City of Fort Worth , Texas, or his duly authorized representative. C 1-1.17 DIRECTOR OF PUBLIC WORKS : The officially appointed official of the City of Fort Worth, Texas , referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant , or agents. Cl -1.19 ENGINEER: The Director of Public Works , the Director of the Fort Worth City Water Department, or their duly authorized assistants , agents, engineers , inspectors , or superintendents, acting within the scope of the particular duties entrusted to them. C 1-1.20 CONTRACTOR : The person, person's , partnership, company , firm , association , or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the ~ite of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C 1-1 .22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, 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 July4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Cl-1 (4) AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per D~y 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 0.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-I (5) Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. C 1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the 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 information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and . complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensati<?n 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 finn, 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 rej ected 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 unles s it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager , and filed with him prior to the time set for opening of proposals . After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2 .9 TELEGRAHIC MODIFICATIONS OF PROPOSALS : Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time , no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS : Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fumm~. · 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 sho'Ying the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who , in the judgment of the Engineer, is disqualified under the requirements stated herein , shall be set aside and not opened. C2-2 (4) .... PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.1 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 talcing the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have b~en determined for comparison of bids , the Owner may, at its discretion, return the proposal ~ecurity which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the _contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond , in the amount of not less than 100 percent of the amount of the contract; as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3 -3 (2) d. 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56 1h Legislature , Regular Session , 1959, effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made . OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be · made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U .S. Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required , have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution , or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10) day s 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 A wardee 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-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors . a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2 ,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage , the following insurance: l. 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. f . 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. 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 niade upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g . LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) ., performance , payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company . If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex , the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of 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 any work on the project, all C3-3 (6) - .. (, - - - ...... appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may , at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4. l INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or in~alidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) - ,-. - ,-' - C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum .. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work . The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills , vouchers, and records ~elating 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· 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. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purpo ses, 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 s hall 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 ) - - - r - C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier . 3 unless otherwise stated in the contract documents. The 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) ' r PART C -GENERAL CONDITIONS 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 sequenc~ of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision-on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 .3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard · specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) - - - - Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the · presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. 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. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 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. CS-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. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) ...... -~ . - - - - Contract Documents . The City Inspector will in no case act as superintendent 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 requirement s of the Contract Documents . If the Engineer so reque sts , 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. C5-5 .I0 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense . Work done beyond the lines and grades given or as shown on the plans , except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.l l 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 de sign, 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 variatipns of the proposed substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5 .12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the ~ontract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use . The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials . C5-5.l3 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 surf aces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection . C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing ' underground utilities . The location of many gas mains , water mains , conduits, sewer lines and service lines for C5-5 (5) - - - - - - - • all utilities, etc., is unknown to the 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. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (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 dean-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. CS-5 (7) ,,- - - CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made . Such inspection will be made within 10 days after such notification . After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work . C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such 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 provistons 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 Co~tractor 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 shail 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, it s 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, employee s, contractors, subcontractors, licen sees 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 1.mtil 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 VAL YES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary rel?airs 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 actiop. 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 AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be di.scovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6(9) .. - - C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) \ PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS : C7-7 .1 SUBLETIING: The Contractor shall perform with his own organization, and with the assistance of ·workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents . All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or di11gram form , or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure its completion within the time limit. C7 -7(l) - ,, ' ..... - - 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 assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. · C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 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 C 1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) - ... - ~- - 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 Work Order issued by the Owner. b . Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time . C7-7(6) . ' . .., ~ i' C. ··1; d . e . f. g. ~ h. ,,.~ f ... 1. . .. J. k. • Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations . Substantial evidence that the Contractor has abandoned the work. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. 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 . 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. 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. 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 . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. 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 t hat 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) t>!' < . . I ' ' , ' i ~ l. • < .. • '. j , - - 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 establi shed 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 dire_cted bythe Engineer, the Contractor shall: J ' 1. 2. 3. 4. 5. 6. Stop work under the contract on the date and to the extent specified in the notice of termination; 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; terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. b. 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 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. complete performance of such work as shall not have been terminated by the notice of termination; and Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner · has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) '' ·., )-, ! ; ' ~. '; ' ' { . " C. D. which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored , within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. · AMOUNTS : Subject to the prov1s1on s of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph . E . FAILURE TO AGREE : In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 .16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section , the Owner shall determine , on the basis of information available to it, the amount, if any , due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amount shall be due' for lost or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofor~ made to the Contractor, applicable to the terminated portion of this contract ; C7-7(10) .. ' ' . 1 G. ' ' (' H. 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. 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 u,pon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT' or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and . programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws; ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. . ·, C7-7(11) . , . './' PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8 . l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation . C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations , C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RET AINA GE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($ HX).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 o~ sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) - - C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon · which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. CS-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. CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of 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 mai1,1tenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CS-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. CS-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addend~, modifications, shop drawings and samples at the C8-8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C8-8(5) ,. 1 I • i t I, - - 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 I 0th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate . Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions ofthis 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. l l 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 Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniurv or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: G. The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3. l 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 . l. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24 /02 Pg .3 - - H . m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) 1s deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools , materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew , or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances , or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance . The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8. l O GENERAL GUARANTY: Delete C8-8. l 0, General Guaranty at page C8-8( 4) is deleted in its entirety and replaced with ~he following : Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised 10 /24 /02 Pg .4 - .... - - - - J. K. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2 . Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2 .8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchas ing 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 addr essed to the Purchasing Manager, City of Fort Worth Purchasing Division; P .O . Box 17027, Fort Worth, Texas 76102 . C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2 .9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48 ) hours after the proposal opening time, no further consideration will be given to the proposal 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 - - - - - In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2 . Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3 .11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: CS-8 .14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent 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 ofthis section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities , and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits . ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 1. 50 copies and under -10 cents per page Pg.6 - - - - 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen . 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures . 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request , Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg . 7 - - - P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10 /24/02 Pg. 8 - D-1 D-2 0-3 D-4 0-5 0-6 D-7 D-8 0-9 D-10 0-11 D-12 0 -13 D-14 0-15 0-16 D-17 D-18 D-19 D-20 0-21 0-22 0-23 0-24 0-25 D-26 0 -27 D-28 D-29 . 0-30 0-31 0-32 0 -33 0-34 0-35 0-36 0-37 0-38 0-39 0-40 0-41 D-42 0-43 D-44 0-45 D-46 0 -47 0-48 D-49 02/09/2010 PART D -SPECIAL CONDITIONS GENERAL ..................................................................................................................... 3 COORDINATION MEETING ......................................................................................... 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ 7 CROSSING OF EXISTING UTILITIES .......................................................................... 8 EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 8 CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 9 TRAFFIC CONTROL ..................................................................................................... 9 DETOURS ................................................................................................................... 10 EXAMINATION OF SITE ............................................................................................. 10 ZONING COMPLIANCE ............................................................................................... 10 WATER FOR CONSTRUCTION .................................................................................. 1 O WASTE MATERIAL ..................................................................................................... 1 O PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 11 BID QUANTITIES ........................................................................................................ 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 12 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL. ................... ~ ................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2:27 CONCRETE ......................................................................................................... 13 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 13 TRENCH PAVEMENT (PERMANENT) REPAIR {E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 16 SANITARY SEWER SERVICES .................................................................................. 19 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 22 PIPE CLEANING .......................................................................................................... 23 DISPOSAL OF. SPOIL/FILL MATERIAL ....................................................................... 23 MECHANICS AND MATERIALMEN 'S LIEN ................................................................. 23 SUBSTITUTIONS ........................................................................................................ 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............ 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 27 BYPASS PUMPING ..................................................................................................... 28 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 30 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ............................................................... 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 31 PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 32 SITE RESTORATION .................................................................................................. 32 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 32 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 38 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 38 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 38 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 39 CLAY DAM ................................................................................................................... 39 SC-1 D-50 D-51 51.1 51 .2 51.3 51.4 51 .5 51.6 51 .7 51.8 51.9 51.10 51 .11 51 .12 D-52 D-53 D-54 D-55 D-56 D-57 D-58 D-59 D-60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 D-69 D-70 D-71 D-72 02/09/2010 PART D -SPECIAL CONDITIONS EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 39 INSTALLATION OF WATER FACILITIES .................................................................... 40 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40 Blocking ....................................................................................................................... 40 Type of Casing Pipe ..................................................................................................... 40 Tie-Ins .......................................................................................................................... 41 Connection of Existing Mains ....................................................................................... 41 Valve Cut-Ins ............................................................................................................... 41 Water Services ............................................................................................................ 41 2-lnch Temporary Service Line .................................................................................... 44 Purging and Sterilization of Water Lines ...................................................................... 45 Work Near Pressure Plane Boundaries ...................................................................... .45 Water Sample Station .................................................................................................. 45 Ductile Iron and Gray Iron Fittings ................................................................................ 46 SPRINKLING FOR DUST CONTROL .......................................................................... 46 DEWATERING ............................................................................................................ 46 TRENCH EXCAVATION ON DEEP TRENCHES ......................................................... 46 TREE PRUNING .......................................................................................................... 46 TREE REMOVAL ......................................................................................................... 4 7 TEST HOCES ............................................................................................................... 48 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 48 TRAFFIC BUTTONS ............................................................... : .................................... 49 SANITARY SEWER SERVICE CLEANOUTS .............................................................. 49 TEMPORARY PAVEMENT REPAIR ............................................................................ 49 CONSTRUCTION STAKES ......................................................................................... 49 EASEMENTS AND PERMITS ...................................................................................... 50 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 50 WAGE RATES ............................................................................................................ 51 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE .................................... 52 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................ 53 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 55 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 55 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 55 AIR POLLUTION WATCH DAYS ................................................................................ 56 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..................................... 56 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 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT City Project No's.: CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BLVD. TO MONTGOMERY STREET) 0-1 GENERAL FREDERICK STREET (FROM CRESTLINE RO . TO LAFAYETIE AVE .) DEXTER AVENUE (FROM CLOVER LN . TO SUTIER ST .) SUTTER STREET (FROM LAFAYETIE AVE. TO BYERS AVE .) TP&W NO . C295-531200-2074000983 WATER NO. P264-531200-60717000983 SEWER NO . P724-531200-70717000983 The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2 . Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project -which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. 02/09/2010 SC-3 PART D -SPECIAL CONDITIONS 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 procedure~ described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS 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 "n.on-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 02/09/2010 SC-4 - - PART D -SPECIAL CONDITIONS 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. D-2 COORDINATION MEETING For coordination purposes , weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person 's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes , without limitation , independent contractors, subcontractors , leasing companies, motor carriers , owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries , and delivery of portable toilets. 8 . 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 cont ractor'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 . 02/09/2010 SC-5 PART D -SPECIAL CONDITIONS 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 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. 02/09/2010 SC-6 PART D -SPECIAL CONDITIONS 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 provid ing services on the project; and 7. Contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate , for a period of time , existing lines . The Contractor shall be required to coordinate with the Water Department to determ ine the best times for deactivating and activating those lines . 02109/2010 SC-7 PART D -SPECIAL CONDITIONS D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever . The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred 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. 02/09/2010 SC-8 - PART D -SPECIAL CONDITIONS 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 line and the existing lines from these possibly excessive loads . The Contractor shall not, at any time , cross the existing or new pi pe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor to 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 6701d Vernon 's Civil Statutes, pertinent sections being Section Nos . 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as ''Typicals" on the City 's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved , the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign , street name sign or other sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Divis ion, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent s ign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." 02/09/2010 SC-9 PART D -SPECIAL CONDITIONS The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan . 0-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . 0-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 0-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 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%. 02/09/2010 SC-10 - - PART D -SPECIAL CONDITIONS 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- 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 , ho isting equipment or similar apparatus . The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers , and insulator links on the lift hook connections . 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the fina l 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 02/09/2 010 SC-11 PART D -SPECIAL CONDITIONS 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 Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width , between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. 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 02/09/2010 SC-12 PART D -SPECIAL CONDITIONS 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 . 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 w ith 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 wa ive 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 : • Less than 10% passing the #200 sieve • P .I. = 10 or less 0210912 010 SC-13 PART D -SPECIAL CONDITIONS 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 . D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness , etc., to existi ng 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. All requ ired 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 pav ing details , compacted and level with the finished street surface . This finished grade shall be 02/09/2010 SC-14 PART D -SPECIAL CONDITIONS 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. 0-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S . Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen ( 15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels . 3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields". Shield means a structure that is able to withstand the forces imposed on it 02/09/2010 SC-15 PART D -SPECIAL CONDITIONS by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins . Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-26 SANITARY SEWER MANHOLES A. GENERAL : The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009. 2. DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole . shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole . 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. 02/09/2010 SC-16 PART D -SPECIAL CONDITIONS 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. 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 vertica l. 02/09/2010 SC-17 PART D -SPECIAL CONDITIONS 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, cast ings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1 /8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal , to a minimum of 14 mils dry film thickness. 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . C . MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required , shall be paid separately. 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 , 02/09/2010 SC-18 PART D -SPECIAL CONDITIONS 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 ex isting manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . 0-27 SANITARY SEWER SERVICES Any reconnection, relocation , re-routes , replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used , but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6 .15. D. SEWER SERVICE RECONNECTION: When sewer · service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four ( 4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line , all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing , whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-hol ing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also 02/09/2010 SC-19 PART D -SPECIAL CONDITIONS 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 fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Speoial Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1 .5 Salvaging of Material and E2-2 .7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition . A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . 02109/2010 SC-20 PART D -SPECIAL CONDITIONS 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. H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, including top or cone section , all full barrel 02/09/2010 SC-21 PART D -SPECIAL CONDITIONS diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes , regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main , the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids, chem ical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches 02/09/2010 SC-22 PART D -SPECIAL CONDITIONS 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 determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any. necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section . 0-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 0-33 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute . Where the term "or equal ", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 0-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc .), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location . Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from 02/09/2010 SC-24 PART D -SPECIAL CONDITIONS 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 i n either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City . 02/09/2010 SC-25 PART D -SPECIAL CONDITIONS 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the 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 evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site . Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera , under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection . 02/09/2010 SC-26 PART D -SPECIAL CONDITIONS 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 pump ing shall be incidental to the project. 0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged , and all drop-connections and gas sealing connections shall be installed prior to testing . The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections , gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : 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. 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 requ ired 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 02/09/2 010 SC-27 PART D -SPECIAL CONDITIONS leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C . PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line . D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the 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. 02/09/2010 SC-28 PART D -SPECIAL CONDITIONS When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable , or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to Television inspection . Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow . If sewer is active, flow must be restricted to provide a clear image of sewer being inspected . 2 . DOCUMENTATION: Television Inspection Logs : Printed location rec·ords shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans . A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . 02/09/2010 SC-29 PART D -SPECIAL CONDITIONS D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping requ1red to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary 02/09/2010 SC-30 - PART D -SPECIAL CONDITIONS measures shall include dikes , dams , berms, sediment basins , fiber mats, jute netting, temporary seeding , straw mulch, asphalt mulch , plastic liners, rubble liners , baled-hay retards , dikes , slope drains and other devices . B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollut ion-control measures to prevent contamination of adjacent streams , other water courses , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes , dams , sediment basins , slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work , piling, debris or other obstructions placed during construction operations that are not a part of the finished work . 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 02/09/2 010 SC-31 PART D -SPECIAL CONDITIONS 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 i ncluding lawns, yards, shrubs , trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a perm it from the City Forester before any work (trimming, removal, or root prun i ng) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 02/09/2010 SC-32 PART D -SPECIAL CONDITIONS 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 watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONST~UCTION 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 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS Furrows parallel to the curb line or sidewalk lines, twelve ( 12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces . b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS : a . General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Common Bermuda Grass 02/09/2010 SC-34 Purity 95% Germination 90% - PART D -SPECIAL CONDITIONS Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody 95% 95% 95% 95% 95% Table 120.2.(2)a. 95% 90% 90% 90% 90% 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 Eng ineer so as to prevent washing of the slopes or dislodgment of the seed . b . Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing of seed is by hand , rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section D- 45, Construction Methods , is not applicable since no seed bed preparation is required . DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be 02/09/2 010 SC-35 PART D -SPECIAL CONDITIONS finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section 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. 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 : 02/09/2010 SC-36 - PART D -SPECIAL CONDITIONS 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 ~rawings. 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. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work . All labor, equipment, tools and incidentals necessary to supply, transport , stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly. 02/09/2010 SC-37 PART D -SPECIAL CONDITIONS "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 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 requ ired 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 IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs , tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 02/09/2010 SC-38 - - PART D -SPECIAL CONDITIONS 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. 9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications , at locations indicated on the Drawings or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of fill existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole ), to locate and 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 02/09/2010 SC-39 PART D -SPECIAL CONDITIONS locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole} to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required , shall be included in the linear foot price bid of the appropriate BID ITEM(S). 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: 02/09/2010 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. SC-40 - - - PART D -SPECIAL CONDITIONS 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration , and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size . 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required , shall be included in the price of the appropriate bid items . 51.7 Water Services 0210912010 SC-41 PART D -SPECIAL CONDITIONS The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles {when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards {E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for 02/09/2010 SC-42 - PART D -SPECIAL CONDITIONS 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. 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). 02/09/2010 SC-43 PART D -SPECIAL CONDITIONS 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. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations . After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 02/09/2010 SC-44 - - - - PART D -SPECIAL CONDITIONS 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 wa ter 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 unt il two successive sets of samples , taken 24 hours apart, have met the established standards of purity. Purg ing 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 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 Ma in. 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 wh ich are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle, gate valve , and fittings shall be included in the price bid for Service Taps to Main . 02/09/2010 SC-45 PART D -SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete 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. D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for this special condition. D-55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". 02109/2010 SC-46 - - - - PART D -SPECIAL CONDITIONS B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2 . Ve r meer 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 " we ight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination so il separator fabr ic on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 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 . 02/09/2 010 SC-47 PART D -SPECIAL CONDITIONS D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through whi<;:h 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. D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, City Project Number, the date of the interruption of service, the period the 02109/2010 SC-48 - - - PART D -SPECIAL CONDITIONS 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. 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 subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION STAKES The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice , establishing 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property . The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the 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 rai lroad 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 02/09/2010 SC-50 - - - PART D -SPECIAL CONDITIONS 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 determ ined 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 C ity Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023 . Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258 .023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Rev ised 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 . 02/09/2010 SC-51 PART D -SPECIAL CONDITIONS The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is 02109/2010 SC-52 - - - - PART D -SPECIAL CONDITIONS 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 permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized , can minim ize 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 construct ion 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 02/09/2 010 SC-53 PART D -SPECIAL CONDITIONS NOTICE OF TERMINATION {NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality . Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 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 approva l. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding , sodding , mulching , soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a 02/09/2010 SC-54 lliiiiif PART D -SPECIAL CONDITIONS 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 f ull compensation for all items contained in the project SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City 's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions. D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that , within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the 0210912010 SC-55 PART D -SPECIAL CONDITIONS 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. 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 be ing 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 s igned by a registered professional eng ineer licensed to practice in the State of Texas . Failure to acquire the proper perm it and permission may result in a fine of $500/day to the contractor performing the work . 02/09/2010 SC-56 liiii - - PART D -SPECIAL CONDITIONS Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D -SPECIAL CONDITIONS 02/09/2010 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No .: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION 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 02109/2010 SC-58 - 02/09/2010 PART D -SPECIAL CONDITIONS Date: ____ _ DOE NO. XXXX Project 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 SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ _,CONTRACTOR ·---------·---·----- SC-59 F 0 r 0 ff i e G u s 9 n I y D T A H p A D N E s H A p 0 T D H 0 L V I 0 I a ti 0 n 7 PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH m T O H NOTE: CIRCLE ITEMS THAT ARE AMENDED DEMOLITION/ RENOVATION NOTIFICATION FORM NOTIFICATION# ________ _ t) Aba temen t Contracto r. ___________________ TDH License Number. _____ _ ~~~h:one Number: ~......_-------C-ity_:_Job Site Pnone N·umb01 : State : ___ Zip :---- Site Superviso r: TOH License Number:--------------- Site SuporviSclr : TOH License Number. ____ ---,--~-------- Trained On-Site NESHAP lndividual: _______________ Certification Date : _______ _ Demolition Contractor : ______________ Office Phooo Number_......_ _________ _ .Address : Ci1y : Stete: ____ ,Zip: __ ---- 2) Project Consultant orOperator: ________________ TDH License Number: _____ _ Mailing Address: ___________________________________ _ City : State: ____ .Zip : ____ Office Phone Number: __ ..__ _____ _ 3) FacllityOwner:, __________________________________ _ Attention : _____________________________________ _ Ma iling Address : _________________________ -=--------------- Clty: State : Zip: Owner Phone Number._( _.).__ ___ _ .. Noto: The lnvoli::e for the notification fee will be aent to the owner of tho building and ffio billing address for tho Invoice will be obtained from tho lnf0tmatlon that Is provided In thl5 section. 4) Description or Facility Name:. ______________________________ _ Physical Address : _____________ County: City: _______ .Zip: ___ _ Faclli1y Phooe Number Facility Contact Person : ______________ _ Description of Area/Room Number.·----------------------------- Prior Use : _________________ Future Use:·-------------~----- Age of B\lildinglfaclli1y : Size : Number or Floora : _____ Sdlool (K -12): o YES O NO 5) Type of Work.: 0 Demolition o Renovation (Abatement) o Annual Consolidated Work will be during : 0 Day o Evening o Night :: Phased Projecl Description of work sctiedul c: ______________________________ _ 6) Is 1h is a Public Building? o YES NESHAP-Only facility? D YES 0 NO Federal Faclllty? D YES : NO lnduslrial Site? D YES O NO D NO Is Building/Facility Occupied? D YES O NO 7) Nolification Type CHECK ONLY ONE J Original (10 Working Days) Q Cancellation o Amendment o Emergency/Ordered II 1his is an amendm8flt, which amendment number is th is ?_ (Enclose copy of orlglnal and/or last amendment) If an emergency, v,ho did you talk w ltn at TOH? Emergency#: _____ _ Date and Hour or Em8tgency (HH/MMIDD/YY):. ______ _ OBSCription or the sudden, unexpected event and explanation of how the event caused unsafe conditions or Would cause equ ipment damage (computets, machinery, etc. ________________________ _ D 8) Descrip1ion of procedures to be followe<l In the event that unexpected asbestos is found or previously non•frisble Y asbestos material becomes aumbled, pulverized. or reduced 1o powder:----------------- E s 9) Was an Asbestos survey perfOl'med? !J YES o NO Date: TOH Inspector Licer15e No; _____ _ a Analytical Method : D PLM D TEM D Assumed TDH Laboratory License No: --,.----- N (For TAHPA (public building) projects : an assumption must be made by a TOH Liconsed Inspector) 10) Description of planned aemoliliOn or renovation work, fype of material, a.ncJ method(s) to be used._· ------- t 1) Description of work practices and eng ineerinQ controls to De used 10 prevent emissions of asbestos at the demoliticrurenovetion : _______________________________ _ 02/09/2010 SC-60 - PART D -SPECIAL CONDITIONS 12) ALL applicable ltams in the follD'l1ing table must be completed : IF NO ASBESTOS PRESENT CHECK HERE: Approximate amount of Check unit of measurement Asbestos-Containing Bu llding Mate rial 1----'-As=,bres::;;t;.;:o;.;:s'-----l--,---...--.---.----..----l Type Pipes Surface Area RACM lo be removed RACM NOT removed Interior Cate I non-friable rGmoved Ex.!81ior Cate o I non-friable removed Cate o I non-friable NOT removed Jnt~rlor_Cat o · 11 non-friable remoYed Exterior Caleo ii non-friable removed Cat II n011-frlabJe _NOT removed RACM Off-Facility Component 13) Waste Transpor1er Name: _________________ TDH License Number.------ Address: ____________ City : __________ .State: ___ Zip: ___ _ Contact Person : Phone Number: ..___,_ ________ _ g) Waste Disposal Site Name=---------:-----------------------Address: ______________ _;City: __________ Ste1e: ___ Zip: ___ _ Telephone: TNRCC Permit Number. _______ _ 15) For structurally unsound facllltles, attach a copy of cremontion order and i<lentify Governmental Official below: Nama: Registration No:--------------Title: _______________ _ Da1e of order (MMIDD/YY) Date order to begin (MM/DD/YY) --'---'-- 16) Scheduled Dates of Asbestos Ab.:itement (MM/DDfYY) St.1rt: __ -'/'-----''----Complete: --'''-----'''- 17) Seheduled Dates DemoliOon/Reno~·ation (MM/00/YY) Slart: . / / Complete:_....:..!_.!./ ___ _ .. Note: tfthe start date on this notilkat:lon c~n not bo mol, the TOH Regional or Local Program offi~ Must be contacted by phone prior fo the start date. Falluro lo do so Is a Ylotatlon In aceord~neo to TAHPA, Sodlon 295.81. I hereby cer1ify that all information I have provided Is correct, complete. and true to !ha best of my knowledge . I acknD'l>'ledge that I am respons ible for all aspects or the notifica1ion form, including, but no! limiting. content and submission dates. The maximum penalty is $10,000 per day per violatl0t1 . (Signature of Building Owner/ Operator oc Delegated Consultant/Contractor) MAIL TO: ·Faxos aro not accoptt1d" (Printed Namo) ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DNISION TEXAS DEPARTMENT OF HEAL TH PO BOX 143538 AUSTIN, TX 78714-:l538 Pli'. 512~34-6600. 1~00-572-5548 (Telephone) (Fax Number) *F3xcs arc not accepted" Form APB#5, dated 07!2W02. Replaces TOH form dtJtod 07113/01. For a.ssistance in completing form, call 1-800-572-5548 02/09/2010 SC-61 PART D -SPECIAL COND ITIONS City of Fort Worth High way (Heavy) Construction Prevailing Wage Ra tes For 20 08 C l auifk:ations Air Tool Opti'atOr Asoh.1.h Raker A sohah Sho..-tltr Asphalt D,svibutOl' 0t:>ff.ltor Asphal: Pavmg Maohin• Opuator Satc..'l i ng Plan t W~gher Broom Ol' Sweeper Qpu ator Svlldour Operator Caro•nl4rr (Rouah l Cononrtt ;:i ni srt..r· Paving Conc~tt ;:i n1sh+r -Strvctur n Concl'4ttt Pav,ng Curbing Mach. Oper. Cononrtt ?avma Fi nis h ina Mach. Ootr. Concrett ? av,ng Jo,nt Staler Oper. Con c,..te P.:iv,nq Saw Ooe r. Concnrt• ?.Jvmg Spreader Opt r. Cononttt Root:ttr Ct.t!\4r. Clamshtll. Sackho•. Derrick. Dr.Jg li ne . Shovel El•ctric,an Fl.ioc•r Form Build•r-SmJctu ru Form Setter-Pa11i OQ a. Curt>s Found.lt!on Dnll Oo1trator, Crawlttr Mou n~d Fovndat,on Dr i ll Operator. Truck Mount ed F•om Eoo Loader L.aborff-Common Laborer-U tility Mechanic Milti ng Machin• Operator. ;:intt G r.ade Mixer Oi:er .1tcr Mo:or G radttr Optra:or (F ine Grade) Mo:or Grader Ooera1or. Rouoh O ii tr Painter . Structures Pavement Marlti nc Macni ne Oper. ?ipe Lavtr Roll er . StHI Wheel P tam-Mi,c Pa,;e~n:s Roller. Stu! Whul 01htr Flatwheel or Tampi ng Roll er . Pneumatic . S1tlf-Pr~lled Scr.:1i:er Re i nforcino Ste.t Setter /Pavir..o ; Reinforcin g Steel Setter (Strvcture i Sou rc. is AGC ofTuu (Hwy. Hvy. Ut ili1iu l ndustri.J I B ranch) w¥N1.aCC4rss .gpogovl da'J 1sbaoori: 02/09/20 10 Ho u r1 v Rate s C la ssification s $10 .05 Scrapw Op.ra1or $13.QO Strv~r $8.80 Slip Form Machimt Operator $13.~;i Sortacar Box Oi>er.J tor $12 .78 Tractor ooerator, CraWler T,,,.,. $14 .15 Tr actor operator , Pneom3t,o SQ .88 Travetin a Mix u Operator $13 .22 Truck Dri'Jf:t· Single Axlf: (L,ght) $12 .S-'-l Tmck Driver-Single Axlf: [HH\IV) $1 2 .85 Truck Dri11u -T.nd•m AKI. S•mi-Trailer $13 .27 Truck Driv1rr-L owbov.'Fl oat $12 .00 Tr.JCk D river -Transit Mix Wagon Drill. Bo n ng Mach ,ne. Post Hole $13 .63 Dnlli,r $12.er.J Weld•r $13.c-!S Work Zent S.rnicadt S•rvi~r $14 .~-0 s10 .e1 $14.12 $18 .12 S!!.43 $11 .6-3 $11 .S3 $13 .67 $10 .30 $12 .62 sg.1s $10.65 $16.,7 $11 .83 $11 .M $15.20 $1 4 .fO $13 .17 $10 .04 $11.C4 $11 .28 s10.,2 $11.07 s14 .eo $13.2'0 SC-62 Hr1v Rts S1 1 .4 2 S12 .32 S,2 .33 Si0.Q2 S12 .'30 S12 .ld1 S ,2.03 s,o.~1 Si L4 7 S11 .75 S i 4 .Q~ S 1:2 .08 S14 .0C S13 .!>7 S i O.Oll - - - - 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 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 PART DA -ADDITIONAL SPECIAL CONDITIONS AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (Omitted) ........................................................................................................................ 4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (Omitted) .................. 4 PIPE ENLARGEMENT SYSTEM (Omitted) ............................................................ 4 FOLD AND FORM PIPE (Omitted) ............................................................................ 4 SLIPLINING (Omitted) ................................................................................................ 4 PIPE INSTALLED BY OTHER THAN OPEN CUT (Omitted) .............................. 4 TYPE OF CASING PIPE .............................................................................................. 4 SERVICE LINE POINT REPAIR/ CLEAN OUT REPAIR (Omitted) ................... 5 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ...... 5 MANHOLE REHABILITATION (Omitted) .............................................................. 7 SURFACE PREPARATION FOR MANHOLE REHABILITATION (Omitted) .. 7 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (Omitted) ........................................................................................................................ 7 INTERIOR MANHOLE COATING -QUAD EX SYSTEM (Omitted) ................... 7 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM ............................ 7 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM ...................... 10 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (Omitted) ........................................................................................................ 13 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (Omitted) ....... 13 RIGID FIBERGLASS MANHOLE LINERS (Omitted) ......................................... 13 PVC LINED CONCRETE WALL RECONSTRUCTION (Omitted) .................... 13 PRESSURE GROUTING (Omitted) .......................................................................... 13 VACUUM TESTING OF REHABILITATED MANHOLES (Omitted) ............... 13 FIBERGLASS MANHOLES (Omitted) .................................................................... 13 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ....... 13 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................. 14 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................... 14 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ................................... 15 GRADED CRUSHED STONES ................................................................................. 15 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (Omitted) ............................... 16 BUTT JOINTS -MILLED (Omitted) ...................................................................... 16 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (Omitted) .......................... 16 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................. 16 NEW 7" CONCRETE VALLEY GUTTER ............................................................. 16 NEW 4" ST AND ARD WHEELCHAIR RAMP ....................................................... 17 DA-34 8" PAVEMENT PULVERIZATION (Omitted) ....................................................... 18 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (Omitted) ....................................................................................................................................... 18 DA-36 RAISED PAVEMENT MARKERS (Omitted) ......................................................... 18 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (Omitted) ...................................................................................................................... 18 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (Omitted) ...................................................................................................................... 18 1012310a ASC-1 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS ROCK RIPRAP-GROUT-FILTER FABRIC (Omitted) ..................................... 18 CONCRETE RIPRAP (Omitted) ............................................................................... 18 CONCRETE CYLINDER PIPE AND FITTINGS (Omitted) ................................. 18 CONCRETE PIPE FITTINGS AND SPECIALS (Omitted) ................................... 18 UNCLASSIFIED STREET EXCAVATION ............................................................ 18 6" PERFORATED PIPE SUBDRAIN (Omitted) ..................................................... 18 REPLACEMENT OF 4" CONCRETE SIDEWALKS ............................................ 18 RECOMMENDED SEQUENCE OF CONSTRUCTION (Omitted) ..................... 19 PAVEMENT REPAIR IN PARKING AREA (Omitted) ......................................... 19 EASEMENTS AND PERMITS (Omitted) ................................................................ 19 HIGHWAY REQUIREMENTS (Omitted) ............................................................... 19 CONCRETE ENCASEMENT ................................................................................... 19 CONNECTION TO EXISTING STRUCTURES ..................................................... 19 TURBO METER WITH VAULT AND BYPASS INSTALLATION (Omitted) ... 19 OPEN FIRE LINE INSTALLATIONS (Omitted) ................................................... 19 WATER SAMPLE STATION (Omitted) .................................................................. 19 CURB ON CONCRETE PAVEMENT ...................................................................... 19 SHOP DRAWINGS ..................................................................................................... 20 COST BREAKDOWN (Omitted) ............................................................................... 21 ST AND ARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ....................... 21 H.M.A.C. MORE THAN 9 INCHES DEEP (Omitted) ............................................ 21 ASPHALT DRIVEWAY REPAIR (Omitted) ........................................................... 21 TOP SOIL ..................................................................................................................... 21 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ... 21 BID QUANTITIES ...................................................................................................... 21 WORK IN HIGHWAY RIGHT OF WAY (Omitted) .............................................. 22 CRUSHED LIMESTONE (FLEX-BASE) ................................................................ 22 OPTION TO RENEW (Omitted) ............................................................................... 22 NON-EXCLUSIVE CONTRACT (Omitted) ............................................................ 22 CONCRETE VALLEY GUTTER (Omitted) ........................................................... 22 TRAFFIC BUTTONS .................................................................................................. 22 PAVEMENT STRIPING ............................................................................................ 22 H.M.A.C. TESTING PROCEDURES ....................................................................... 22 SPECIFICATION REFERENCES ............................................................................ 23 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VAL VE AND BOX (Omitted) ..................................... 23 RESILIENT-SEATED GATE VALVES ................................................................... 23 EMERGENCY SITUATION, JOB MOVE-IN (Omitted) ....................................... 23 1 Yz" & 2" COPPER SERVICES ................................................................................ 23 SCOPE OF WORK {UTIL. CUT) (Omitted) ............................................................ 24 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (Omitted) ............................ 24 CONTRACT TIME (UTIL. CUT) (Omitted) ........................................................... 24 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (Omitted) ... 24 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (Omitted) ...................... 24 ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (Omitted) ............................................... 24 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (Omitted) ............................................... 24 DA-84 TRENCH BACKFILL {UTIL. CUT) (Omitted) ....................................................... 24 DA-85 CLEAN-UP (UTIL. CUT) (Omitted) ......................................................................... 24 DA-86 PROPERTY ACCESS (UTIL. CUT) (Omitted) ....................................................... 24 DA-87 SUBMISSION OF BIDS (UTIL. CUTO) (Omitted) .................................................. 24 DA-88 ST AND ARD BASE REPAIR FOR UNIT I (UTIL. CUT) (Omitted) ..................... 24 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (Omitted)25 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (Omitted) .................................... 25 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (Omitted) ..................................................................................................... \ ................ 25 DA-92 MAINTENANCE BOND (UTIL. CUT) (Omitted) ................................................... 25 DA-93 BRICK PAVEMENT (UTIL. CUT) (Omitted) ......................................................... 25 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (Omitted) .................................. 25 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (Omitted) ........................... 25 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (Omitted) ............. 25 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (Omitted) ........................................... 25 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (Omitted) ................................................ 25 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (Omitted) ........................................................................................................... 25 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (Omitted) ......... 25 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (Omitted) ............................... 25 DA-102 PAYMENT (UTIL. CUT) (Omitted) .......................................................................... 25 DA-103 DEHOLES (MISC. EXT.) ........................................................................................... 25 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (Omitted) ............................... 26 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (Omitted) .................... 26 DA-106 BID QUANTITIES (MISC. EXT.) (Omitted) ........................................................... 26 DA-107 LIFE OF CONTRACT (MISC. EXT.) (Omitted) ..................................................... 26 DA-108 FLOW ABLE FILL (MISC. EXT.) ............................................................................. 26 DA-109 BRICK PAVEMENT REPAIR(MISC. REPL.) ...................................................... 27 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (Omitted) 27 -DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (Omitted) ..................... 27 DA-112 MOVE IN CHARGES (MISC. REPL.) (Omitted) ................................................... 27 DA-113 PROJECT SIGNS (MISC. REPL.) (Omitted) .......................................................... 27 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (Omitted) ........................................... 27 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (Omitted) ...................... 28 DA-116 FIELD OFFICE (Omitted) ......................................................................................... 28 DA-117 TRAFFIC CONTROL PLAN ..................................................................................... 28 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (Omitted) ...................................................................................................................... 28 DA-119 CATHODIC PROTECTION SYSTEM (Omitted) .................................................. 28 DA-120 ABANDON EXISTING PIPE LINE .......................................................................... 28 10/23/08 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (Omitted} DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (Omitted} DA-3 PIPE ENLARGEMENT SYSTEM (Omitted} DA-4 FOLD AND FORM PIPE (Omitted} DA-5 SLIPLINING (Omitted} DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (Omitted} DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. 8 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc .. or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: 10/23108 ASC-4 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (Omitted) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B . MATERIALS: 10123108 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-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 Standard Long Term Value ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS Tensile Strength Flexural Stress Flexural Modulus ASTM D-638 ASTM D-790 ASTM D-790 5,000 psi 10,000 ps i 550,000 psi 5. Mixing and Handling : Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 10/23108 1. General : Protective coating shall not be installed until the structure is complete and in place. 2 . Preliminary Repairs : a . All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b . All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in th ickness shall be filled with patching compound as recommended by the material supplier for this application . c . Afte r all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough . The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) The surface shall be thoroughly cleaned of all foreign materials and matter. Place covers over the invert to prevent extraneous material from entering the sewers. If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION (Omitted) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (Omitted) DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (Omitted) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (Omitted) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 10123108 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. ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on , materials , equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. 8 . MATERIALS 10/23108 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or 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 Standard ASTM 0-638 ASTM 0-790 ASTM 0-790 ASC-8 Long Term Value 5,000 psi 10,000 psi 550,000 psi - - PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Mixing and Handling Mix ing 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 10/2 3/08 1 . 2 . General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule , is complete . Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench , down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 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) 3) 4) Place covers over the invert to prevent extraneous material from entering the sewers. Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0 .125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS 5) Coat trough area with specialty cement product (Quadex QM -1s 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 perform ing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 10123/08 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule , listed in Section I. Interior manhole coating shall meet the requirements of this Section , or of Section DA-12, DA-13, DA-14, DA-16 or DA-17 . 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendations 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 construct ion . All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405 . 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc . or Reliner MSP as manufactured by Standard Cement Materials . 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant , and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application , and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers . C. EXECUTION 10123/08 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 . ASC-11 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough , including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION . 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls . 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4 . Testing of Rehabilitated Manholes a . b . 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 lin ing 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. 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. ASC-12 •• • . , PART DA -ADDITIONAL SPECIAL CONDITIONS DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Fumfsh materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation .shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed In accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. · B. MATERIALS: 1. Casing Pipe:· Casing pipe shall be . steel conforming to ANSI 836.1 O and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). c. Diameter. As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld In accordance with AWS D1 .1. 2. Carrier Pipe In Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile Iron pipe, or as designated on the plans. 4. Grout:. Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thlck slurry. C. EXECUTION 1. 10/23/08 Where sewer pipe Is required to be Installed under railroad embankments or under highways, streets or other facilities In other than open cut, construction shall be performed In such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility; and so as not to weaken or damage any embankment or structure. . During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. ASC-4a . 10/23/08 1 ' .• PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond It, such · work shall be sheeted securely and braced in a manner to prevent eart~ from caving In. b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled Immediately after the casing and carrier pipe Installation · has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be Installed by boring hole with the earth auger and simultaneously jacking pipe Into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pllot hole. By this method an approximate 2-lnch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids In connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and fumish lubrication for subsequent removal of cuttings and installation of the pipe Immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. · 4 . Installation of Carrier Pipe In Casing: a. b. Sanitary sewer pipe located within the encasement pipe shall be supported by •skids" or ·bands· to prevent the pipe and · bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. ASC-4b 10/23/08 ,.,, ' . PART DA -ADDITIONAL SPECIAL CONDITIONS c. The Contractor shall prevent over-belling the pipe while Installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled Installations, the annular space between the carrier pipe and casing shall be filled with grout Care must be. taken that not too much water Is forced Into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b . When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack In accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be Installed by jacking without a bore hole If permitted by the Engineer and in soft soil layer. All voids outside of Installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. b. c. When tunneling Is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. Access holes for placing concrete shall be space at maximum Intervals of 10 feet. ASC-4c -< . -I• PART DA -ADDITIONAL SPECIAL CONDITIONS ., .. i D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of.pipe, complete In place. Such measurement will be made between the ends of the pipe along the central axJs as Installed. The work perfonned and materials fumlshed as prescribed by this Item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The fumlshing of all materials, pipe, liner materials required for Installation, for all preparation, hauling and Installing of same, and , for all labor. tools; equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be Included in the Contract Unit Price as shown In the Bid Proposal. Payment shall not include pavement replacement. which if required. shall be paid separately. 10/23/08 ASC-4d City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DA TE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: "G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It Is recommended that the City Council adopt the attached 2008 Prevalllng Wage Rates for City-awarded public works projects. 01scuss1QN: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevalllng 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 complied from that survey. FISCAL INFQRMATIQNICERTlflCATION: The Finance Director certifies that this action will have no material effect on City funds. IP Fund/Account/Centers Submitted for City Manager's Offlca by; Originating Department Head; Addltfonal Jnformatton Contact; FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) BEA VY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA~.2008 Air Tool Onerator Asphak Distributor Ooerator Asphalt Pavina Machine Oocrator Asnhalt Raker Asphalt Shoveler Batchhw Plant Wei2her . Broom or Sweeper Onerator Bu1ldo7.er ODerator Caroenter Concrete Flitisher, Paving Concrete Finisher Structures Concrete Paving Curbin2 ~ine ODCrator Concrete Pavina Finlshina Machine Concrete Pavtna 1oint Scaler Onerator Concrete oaving Saw onerator Concrete Pavina S1lreader Onerator Concrete Rubbor Crane, Clamshell Backhoe. Derrick. Dradine. Shovel Onerator Electrician Platter Form Builder/Setter, Structures Form Setter Paving & Curb Foundation Drill Operator Crawler Mounted F01mdation Drill Ooerator Truck Mounted Front End Loader Ooerator Laborer, Common Laborer. UtilitY Mechanic Milline Machine Operator Fine Grade Mixer Ooerator Motor Grader Onerator, Fine Grade Motor Grader Onerator Rouo Oiler Painter, Strucbns Pavement MarkinJ? Machine Operator pjr,elaver Reinforcing Steel· Setter Paving Reinforcina Steer Setter Structure Roller G~. Pneumatic, SeJf-Prooelled Roller Ooerator Steel Wheel Flat Wheel/ramnin2 Roller Ooerator. Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Fonn Machine Operator Smeadcr Box Ollerator Tractor <meramr. Crawler Type Tm:tor Onerator, Pneumatic Traveling Mixer Ooerator Truck Driver Lowboy-FJoat Truck Driver Slml]e Axle. Heavv Truck Driver, Single Axle. Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Waaon Drill. Borln2 Machine. Post Hole Driller Onentor Welder Work Zone Barricade Servicer $10 .06 $13.99 $12.78 $11.Ql $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12 .85 $13.27 $12.00 $13.63 $12.50 $13.56 $14.50 SI0.61 $14.12 $18.12 S 8.43 $] l.63 SJJ .83 $13 .67 $16;30 $12.62 $ 9.18 $10 .6S $16.97 $11.83 $1 J.58 $15.20 $14.50 $14.98 $13.17 $10.04 SI l.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 S12.32 $12.33 $10.92 $12 .60 $12.91 $12.03 $14.93 $11.47 $10.91 $11 .75 $12 .08 $14 .00 $13.S7 $10.09 - - " • ' JI; q f • ,. PART DA -ADDITIONAL SPECIAL CONDITIONS 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 (Omitted} DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (Omitted} DA-18 RIGID FIBERGLASS MANHOLE LINERS (Omitted} DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (Omitted} DA-20 PRESSURE GROUTING (Omitted} DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (Omitted} DA-22 FIBERGLASS MANHOLES (Omitted} DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Telephone Number 10/23108 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities 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 work ing days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equ ipment 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. The un it 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 10/23108 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No . 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material , equipment, supplies , and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work . The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process , all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base . The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready _to accept the fill material. All excavated material shall be hauled off site, the same day as excavated , to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix . This item will always be used even if no base improvements are required. The proposed H.M.A.C . repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No . 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . 10123/08 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (Omitted) DA-29 BUTT JOINTS -MILLED (Omitted) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (Omitted) DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field : Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item . See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No. 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 wilt be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field . The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley Gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to complete the work . DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determ ined in field. Removal of exist ing , 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 10123108 ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 subs idiary 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 . All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions . Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by th-ree 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. 10/23/08 ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work . DA-34 8" PAVEMENT PULVERIZATION (Omitted) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (Omitted) DA-36 RAISED PAVEMENT MARKERS (Omitted) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (Omitted) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (Omitted) DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (Omitted) DA-40 CONCRETE RIPRAP (Omitted) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (Omitted) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (Omitted) DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction . All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard . DA-44 6" PERFORATED PIPE SUBDRAIN (Omitted) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing 10/2 3/08 ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 (Omitted) DA-47 PAVEMENT REPAIR IN PARKING AREA (Omitted) DA-48 EASEMENTS AND PERMITS (Omitted) DA-49 HIGHWAY REQUIREMENTS (Omitted) 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 (Omitted) DA-53 OPEN FIRE LINE INSTALLATIONS (Omitted) DA-54 WATER SAMPLE STATION {Omitted) DA-55 CURB ON CONCRETE PAVEMENT 1012310a ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 requ ired . PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502 . DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not change orders . The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept , and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work . The Contractor shall check and verify all measurements and review submittals prior to being submitted , and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) cop ies 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: 10/2 3/08 ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS Gopal Sahu, P.E. City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN (Omitted) 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 (Omitted) DA-60 ASPHALT DRIVEWAY REPAIR (Omitted) DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4.3 conflicts with this provision, this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular , the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. 10/23108 ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY (Omitted) 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 (Omitted) DA-67 NON-EXCLUSIVE CONTRACT (Omitted) DA-68 CONCRETE VALLEY GUTTER (Omitted) 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-22 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor is requ ired 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 determ ine 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 determ ine 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 (Omitted} DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN (Omitted} DA-76 11h" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings : 10/23/08 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any • other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 % " and 2 " copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) (Omitted) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (Omitted) DA-79 CONTRACT TIME (UTIL. CUT) (Omitted) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (Omitted) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (Omitted) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (Omitted) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (Omitted) DA-84 TRENCH BACKFILL (UTIL. CUT) (Omitted) DA-85 CLEAN-UP (UTIL. CUT) (Omitted) DA-86 PROPERTY ACCESS (UTIL. CUT) (Omitted) DA-87 SUBMISSION OF BIDS (UTIL. CUTO) (Omitted) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (Omitted) 10/23108 ASC-24 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (Omitted) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (Omitted) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (Omitted) DA-92 MAINTENANCE BOND (UTIL. CUT) (Omitted) DA-93 BRICK PAVEMENT (UTIL. CUT) (Omitted) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (Omitted) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (Omitted) DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (Omitted) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (Omitted) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (Omitted) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (Omitted) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (Omitted) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (Omitted) DA-102 PAYMENT (UTIL. CUT) (Omitted) 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 10/23/08 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS 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.) (Omitted) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (Omitted) DA-106 BID QUANTITIES (MISC. EXT.) (Omitted) DA-107 LIFE OF CONTRACT (MISC. EXT.) (Omitted) DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description : The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels . The height of free fall of the flowable fill shall not exceed four ( 4) feet. 2. Material Specifications : Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 10123/08 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers. conforming to ASTM C-494 Type F or G . d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride , non-corrosive accelerators used where metals are present in concrete or embedded members . 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC . REPL.) Contractor shall take all precautions to carefully remove all existing brick pavers . The brick pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers . Until installed, they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If necessary, all new brick pavers used on this project shall meet the specifications for ASTM C1272 . The brick shall be a Type F heavy vehicular paving brick a minimum 2 5/8 " thick, with spacer nibs or lugs, and match the existing brick in size, shape , and color. The brick pavers will be set on a ~-inch sand/cement bedding mixture. The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis . The cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer. Filter fabric 12-inches wide will be installed over every construction , and/or expansion joint as well as all vertical surfaces. Once the brick pavers have been installed they will be vibrated into the sand bed. Sand conforming to C33 will then be swept into joints and vibrated again . All brick shall be installed per the manufacturer's recommendations . The resulting repair shall provide a smooth driving surface and match all applicable street grades, cross slopes , and crowns. The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (Omitted) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (Omitted) DA-112 MOVE IN CHARGES (MISC. REPL.) (Omitted) DA-113 PROJECT SIGNS (MISC. REPL.) (Omitted) DA-114 LIQUIDATED DAMAGES (MISC . REPL.) (Omitted) 1012310s ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) {Omitted) DA-116 FIELD OFFICE (Omitted) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS {Omitted) DA-119 DA-120 CATHODIC PROTECTION SYSTEM {Omitted) ABANDON EXISTING PIPE LINE This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with flowable fill as designated in the construction plans. Flowable fill material shall be in accordance with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army Corps of Engineers, Fort Worth District (CESWF). Payment for this item shall be per linear foot of 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. 10/23108 ASC-28 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: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill (c) Maximum plastic index (Pl) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2 .11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). EI00-4 WATERTIGHT MANHOLE INSERTS . SECTION EIOO-MA 1ERIAL SPECIFICATIONS MATERIAL STANDARD EI00-4 JANUARY I , 1978 (ADDED 5/13/90) El 00-4 .1 GENERAL : This standard covers the furnishing and installation of watertight gasketed manhole inserts in the . Fort Worth sanitary sewer collection system . E 100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type 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 neoprene rubber and meet the requirement of ASTM 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. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4 4. EXAMINATION OF SITE .......................................................................................... SP-5 5. BID SUBMITTAL ....................................................................................................... SP-5 6. WATER FOR CONSTRUCTION ............................................................................... SP-5 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP -5 8. PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................. SP-5 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11 . WAGE RATES .......................................................................................................... SP-5 12. EXISTING UTILITIES ................................................................................................ SP -7 13 . PARKWAY CONSTRUCTION ................................................................................... SP-7 14 . MATERIAL STORAGE .............................................................................................. SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16 . INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-8 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-14 26. RIGHT TO ABANDON ............................................................................................ SP-14 27. CONSTRUCTION SPECIFICATIONS .................................................................... SP-14 28. MAINTENANCE STATEMENT ............................................................................... SP-14 29. DELAYS .................................................................................................................. SP-14 30. DETOURS AND BARRICADES .............................................................................. SP-14 31 . DISPOSAL OF SPOIUFILL MATERIAL ................................................................. SP-15 32. QUALITY CONTROL TESTING ............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................ SP-16 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ..................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS .................................................. SP-16 36. RIGHT TO AUDIT ................................................................................................... SP-16 37 . CONSTRUCTION STAKES ..................................................................................... SP-17 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION ............................................. SP-17 40 . AIR POLLUTION WATCH DAYS ............................................................................ SP-18 Rev 2-19-10 SP-1 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 - 7 Inch NON GREEN CEMENT-INSTALL. .................... SP-19 43. PAY ITEM -CURB -7 INCH -INSTALL.. ................................................................ SP-19 44. PAY ITEM-RETAINING WALL-INSTALL ............................................................. SP-20 45. PAY ITEM -CURB -CURB AND GUTTER 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-20 49 . PAY ITEM-PAY ITEMS-SUBGRADE-6 INCH LIME STABILIZED -INSTALL and SUBGRADE -LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50. PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL (OMITTED) .......................... SP-21 51. PAY ITEMS-WALK-INSTALL, CURB & GUTTER-INSTALL, WALK-ADA WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY -INSTALL ............................ SP-21 52. PAY ITEMS-WALK-REMOVE, CURB & GUTTER-REMOVE, WALK-ADA WHEELCHAIR RAMP -REMOVE, AND DRIVEWAY -REMOVE ........................... SP-22 53. PAY ITEMS -WALK-STEPS -REMOVE and WALK-STEPS -INSTALL ......... SP-22 54 . PAY ITEMS-FENCE -REMOVE and FENCE -INSTALL. .................................... SP-22 55. PAY ITEM-CURB & GUTTER-7 INCH W/ 18" GUTTER -INSTALL ................... SP-22 56 . PAY ITEMS-MAILBOX-REMOVE and MAILBOX-INSTALL ............................. SP-23 57. PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-23 58 . PAY ITEM-PAVEMENT-VALLEY GUTTER-INSTALL (OMITTED) .................... SP-23 59. PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALL (OMITTED) ............................................................................................................... SP-23 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL ................................................................................................. SP-23 61. PAY ITEM -TRAFFIC CONTROL -INSTALL ......................................................... SP-25 62. PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-26 63. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-27 64 . PRE BID ITEM -TOP SOIL -INSTALL. ................................................................... SP-27 65. PRE BID ITEM -VALVE BOX-ADJUSTMENT -SERVICES ................................. SP-27 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-27 67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES ................................ SP-28 68. NON-PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL. ............. SP-28 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-32 70. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-36 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-36 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 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 Rev 2-19-10 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79. NON -PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-40 80. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-41 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 ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-42 85 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-42 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION ' CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-42 Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 7), PART 3 PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER REPLACEMENT CONTRACT NO. 7F CITY PROJECT N0.00934, DOE NO. 5859 CRESTLINE ROAD (FROM CAMP BOWIE BLVD. TO MONTGOMERY STREET) FREDERICK STREET (FROM CRESTLINE RD. TO LAFAYETIE AVE .) DEXTER AVENUE (FROM CLOVER LN . TO SUDER ST.) SUTTER STREET (FROM LAFAYETIE AVE. TO BYERS AVE.) TP&W NO . C295-541200-207400093483 WATER NO . P253-541200-6071700093483 SEWER NO . P258-541200-7071700093483 File No. X-20965, K-2066 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Pavement Reconstruction and Water and Sanitary Sewer Replacement and all other miscellaneous items of construction to be performed as outlined in the plans and ,i 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 th is 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 Rev 2-19-10 SP -4 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 Compl iance 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. 8. PAYMENT: The Contractor shall rece ive 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 . b id 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 RATES: Compliance with and Enforcement of Preva iling 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 preva iling wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the 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 . Rev 2-19-10 SP-5 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 C ity 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 appo int 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 bind ing 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 .) Rev 2-19-10 SP-6 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 . 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, Rev 2-19 -10 SP-7 property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a 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 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be 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 Rev~1~10 SP~ 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 be ing rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportun ity to perform the work . Whenever a change order exceeds 10% of the orig inal 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 . Rev 2-19-10 SP-9 b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and 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 restoring 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 beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the Rev 2-19-10 SP-10 ) statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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) (2) Rev 2-19-10 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; 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; SP-11 (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: (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 covera9e, 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 . j. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions . k. The Contractor's failure to comply 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 . 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 Rev 2-19-10 SP-12 . '\ ) coverage . Th is 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 i n 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 Worke r population. The text for the notices shall be the following text , without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE " The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing , haul ing , or delivering equipment or materials, o r 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 requi rement 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 requ ired 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 s ixty (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 ho ld 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. Rev 2-19-10 SP-13 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 SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"d 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" Rev 2-19-10 SP-14 31. DISPOSAL OF SPOIL/FILL 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 ("Admin istrator"), 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 d isposal sites must be approved by the Administrator to ensure the filling is not occurring with in a flood plain w ithout 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 d isposal 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 materia l. Rev 2-19-10 SP-15 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work 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 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 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. Rev 2-19-10 SP-16 (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 audits in compliance with the provisions of this article together with subsection ( c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse 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 Rev 2-19-10 SP-17 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 equ ipment, 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 the Department of Transportation and Publ ic 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 Publ ic 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 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 Qual ity (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 1hour, 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 des ignated Air Pollution Watch Day , the calendar days allowed may be adjusted . Rev 2-19-10 SP-18 -- CONSTRUCTION 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 NON GREEN CEMENT -INSTALL (BID-00452): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections . The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. 43. PAY ITEM -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. Rev 2-19-10 SP-19 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 & GUTIER AS DIRECTED BY INSPECTOR -REPLACE (810-00844): 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 {810-00471 ): 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 (810-00924): 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. 48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (810-00372): Description : This item will consist of the bas ic 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 Rev 2-19-10 SP-20 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 un it price in the Proposal, which shall be total compensation for furnishing design, materials , tools , labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the exist ing ground to the bottom of the pipe. 49. PAY ITEMS -SUBGRADE - 6 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE-LIME FOR STABILIZATION -INSTALL (BID-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 - 6 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 ): (Omitted) 51 . PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL {BID- 00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY -INSTALL (BID-00401) Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. 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 & GUTTER -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . Rev 2-19-10 SP-21 The price bid each ton 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. 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 - W ALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY -REMOVE (BID-00402): 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 (BID-00537) and WALK -STEPS - INSTALL (BID-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 (BID-00127) and FENCE -INSTALL (BID-00126): (Omitted) 55. PAY ITEM-CURB & GUTTER-7 INCH W/ 18" GUTTER-INSTALL (BID-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. Standard Specifications Item No. 502, shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. Rev 2-19-10 SP-22 .,. 56 . PAY ITEMS -MAILBOX -REMOVE (BID -00408) and MAILBOX -INSTALL (810- 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): The non-expans ive earth fill should consist of soil materials with a liquid limit of 35 or less , a plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No . 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non -expans ive earth fill. The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 58 . PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL {BID-00473): (Omitted) 59 . PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (BID- 00101 ): (Omited) 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (810-00100): PERMIT: As defined by Texas Commission on Environmental Quality {TCEQ) regulations, a Texas Pollutant Discharge El imination 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 Eros ion Control Manual for Construction Activities (BMP Manual). Not all of the structural controls d iscussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techn iques 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 Rev 2-19-10 SP-23 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 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 Rev 2-19-10 SP-24 \ ~ - 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 construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances , seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 61. PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-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. Rev 2-19-10 SP-25 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 . 62. PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL (810-00504): 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 directed by the ENGINEER and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. 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. Rev 2-19-10 SP-26 \ 63. PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (810-00414): 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): Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces. 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. 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 this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing 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): Rev 2-19-10 SP-27 This item shall include ra1s1ng 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 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Requirement Rev 2-19-10 SP-28 AS SUPPLIED **** Non Volatile Content,% m i n . 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, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 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 polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed i n the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions. 3 . TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the ENGINEER 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 min imum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned, and the j oint 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 Rev 2-19-10 SP-29 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. 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. Rev 2-19-10 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 SP-30 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 us ing 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 . 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 Contracto r 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. Rev 2-19-10 SP-31 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. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows: 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet, or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab , or; iv .) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. City Engineer -In the application of this policy, the City Engineer is the Director of the Department of Transportation and Public Works or his designee. 2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable . (See Figure 1 ). No action is necessary and no routing and sealing is allowed. Rev 2-19-10 SP-32 - - - 4-tW PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable . The contractor has two options. Option No. 1 -The panel may be removed and replaced at contractor expense . Option No . 2 -The limit of the crack shall be identified for future reference by drilling a 1/2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack . If the crack has propagated then the crack is considered a structural crack . 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship, the panel must be removed and replaced by the Contractor at his own expense . (See Figure 2) Rev 2-19-10 SP-33 --- 4--W--tJ PLAN PROFILE Figure 2 -Full panel replacement is required. B. All concrete panels with any structural or major crack as defined above that is determined to be caused, primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense . (See Figures 3 and 4 below) PLAN PROFILE Figure 3 -Full panel replacement is required. PLAN PROFILE Rev 2-19-10 SP-34 .I r Figure 4 -Full panel replacement is reguired. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense . 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of th is policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship. While cracks may be caused by a combination of factors, a primary cause can be determined . It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks, then the contractor shall remove and replace the panels that contain the structural crack or cracks at no expense to the City. If cracks exist in the project , the City Engineer or his/her designee will make the determination if the crack is minor or structural. If the crack is structural, the Contractor and the City will attempt to agree on the cause or causes of the crack . If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship, the concrete pavement will be removed and replaced at Contractor's entire expense . If the Contractor and City cannot agree as to the cause of a structural crack, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The contractor and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship, the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed . If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship, the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn, the Rev 2-19-10 SP-35 Contractor's escrowed funds , as described above , will be released . 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: All applicable provis ions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no d irect 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 gro)Ving 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 immed iately 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 proj ect site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered Rev 2-19-10 SP-36 ' J - 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. 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. Rev 2-19-10 SP-37 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 . c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity . d. The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM . Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project , the construction schedule shall indicate the following : procurement, construction , pre-acceptance activities , and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4 . Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8 . Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10 . Final inspection 11 . Operational testing 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. Rev 2-19-10 SP-38 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. 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 : Rev 2-19-10 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" SP-39 resource type showing the quantity of work to be done along with the correspond ing 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. 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from res idents due to the dust generated when saw-cutting joints in concre te 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 del ivered 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 subs idiary 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 Rev 2-19-10 SP-40 \ J 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: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 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. Rev 2-19-10 SP-41 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: 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. 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 control measures placed in front of inlets, or in channels, drainageways or barrow ditches 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, drainageways 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 direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination 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 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 Rev 2-19-10 SP-42 are not associated with permanent control features on the project. The ENGINEER will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the ENGINEER. 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 are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 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 Gonduct 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 h.ave been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Rev 2-19-10 SP-43 (To be printed on Contractor's Letterhead) Date: ____ _ City No: __ 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 COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 SP-44 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects . DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a 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 3uilders 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 Submitte.d for City Manager's Office by;_ Qri.ginating Department Head: Additional Information Con.Jact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) Classification AC Mechanic AC Mechanic Helper Acoustical Ceilinq Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Caroenter Caroenter Helpe r Concrete Finisher Concrete Form Builder Drywall Mechanic Drvwall Heloer Drywall Taper Drvwall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Laver (Resilient) Floor Layer Helper Glazier Glazier Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefltter Pipefitter Helper Plasterer Plasterer Heloer 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21 .69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19 .12 Roofer $10.10 Roofer Heloer $16.23 Sheet Metal Worker $11 .91 Sheet Metal Worker Helper $13.49 Sorinkler Svstem Installer $13 .12 Sprin kler Svstem Installer Heloer $14.62 Steel Worker Structural $10. 91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, o·une $13.00 Shovel $9.00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19.86 Welder $12 .00 Welder Helper $20 .00 $13.00 $18.00 $13.00 $14 .78 $11 .25 $10.27 $13 .18 $16.10 $14 .83 $8 .00 $18.85 $12 .83 $17 .25 $12 .25 Hrly Rate $20 .43 $14.90 $10 .00 $14 .00 $10 .00 $16 .96 $12 .31 $18 .00 $9 .00 $17 .43 $20 .50 $17. 76 $12 .63 $10.50 $14.91 $16 .06 $9.75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates . With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . ~I ::;I ~ 85 I Q. 0 0:: Q. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATER I AL E2-17 CONSTRUCTION 20" CURB MATERIAL LIST WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & 90' ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE : FEB . 2009 WTR-001A WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION CURB © MA TERI AL LIST @ STANDARD CORPORATION @ FLARE CONNECTION TO CORPORATION © COPPER TUBING (TYPE K) @ FLARE CONNECTION & 90' ELBOW ® ANGLE VALVE (FEMALE 1.P . TO FLG .) :::E • ::> 0 :::E 1-. z I") -:::E © WATER MAIN BEHIND CURB ® BRONZE METER FLANGE © @ CD BRONZE METER FLANGE (FLG . TO M.I.P .) BRONZE METER FLANGE HORIZONTAL TYPE CHECK VALVE (FEM . I.P . TO FEM. 1.P .) EQUAL TO CRANE NO . 20 COMPLETE WITH PIPE PLUG Q) 10 MIL. BLUE VINYL TAPE 3" WIDE , END OF SERVICE TO 6 " ABOVE GROUND . CITY OF FORT WORTH, TEXAS DATE: FEB . 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-001B NOTE : PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VAL VE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I .J---l.. """-r,-~ I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 ,__ _____ IF VALVE OPERATING NUT IS MORE THAN 3 ' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE . (SEE DETAIL WTR-003) n----MCKINLEY IRON AND STEEL CO ., NO . Y85 THREE PIECE VALVE BOX OR APPROVED EQUAL. i----GATE VALVE TORQUE SOL TS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE : FEB . 2009 WTR-002 2 " 111 SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH . 2 "111 SQUARE STOCK W/ DIA . HOLE DRILLED THROUGH . 2~"~ TUBING W/ ~" THICK WALL X! "x45. CHAMFER t 2"~ VARIES NOTES : 1. 1 " ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETTER. 2 . 2Xz" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER . 3. ALL WELDS SHALL COMPLY WITH A.W.S . CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS . CITY OF FORT WORTH, TEXAS VALVE STEM EXTENSION DATE : FEB . 2009 WTR-003 a:: w U) ~ I-::, z c., z F <( a:: w Cl.. 0 I-::, 0 I 1- 3: :::i! :::> :::i! x <( :::i! iD I-z w z :::i! 0 w u I- <( :::> ...J z Cl.. LL a:: 0 0 LL Cl.. 0 >< I- <( LL :::i! 0 rr) U) w ~ <( > I I-c., z w ...J z 0 vi z w I- X w -· : ~ -· z 0 vi z w I- X w a:: w U) a:: I-w w LL tO >-a:: w > w 0 w a:: :::> a w a:: c., z u <( a:: m ...J <( z 0 F 0 0 <( * .. . ~. . . . .... d -. --4 _. . -. ·-. . .. ..... · ... 4 . 4 -. .-. 4 ·- • 4 .. ~~-/1 2" X 2" 2" X OPERATING NUT PER AWWA SPECS . •C-500 . 4 .• • a· . ..... ... L 6 " MIN . TRENCH JACKS CITY OF FORT WORTH , TEXAS OPERATING NUT RISER (FOR LARGE VALVE INSTALLATIONS) . 4 .. :,, -.. ... · . .. . . 4 .. . . . 4 1" DIA. SOLID STOCK (SEE WTR-003) m" x m" x m" SQUARE STOCK WITH 2" x 2" INSIDE CAVITY PER AWWA SPECS. •c-soo • ADDITIONAL BRACING REQUIRED FOR EVERY EIGHT (8) VERTICAL FEET OF OPERA TING NUT RISER . DATE : FEB. 2009 WTR-003A COLLAR CONFIGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP . CASE 1 CASE 2 CASE 1 --~·-~:•· ·.· •·.,,· .. r: ... : ... , ;·.!· . .. .. . COLLAR SHALL EXTEND TO TOP OF 2 :27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1 -20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION ... ... 2 '-0" SECTION A-A COLLAR CONFIGURATION FOR UNPAVED AREA -·· · ...• . :~·.\. ~ .f\.· A J • 0 I N 3" TYP . CD ~" CHAMFER (TYP .) (/) (/) ";' wz ~~ u. :r:a) f-'-" Cl'.'. (/) <(~ ...J Cl'.'. ...J <( 0> u 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 EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J ANCHOR TEE OR M.J. ANCHOR COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" LEAD FROM MAINS : EXISTING OR PROPOSED CURB CONCRETE BLOCKING EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUMB BREAKER RING w/ J_ BREAKER STEM : PARKWAY co _...;c,=,..._ EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY 6" FIRE HYDRANT <f LEAD LINE ;., '4-+-H--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE ~----H-----44.:;;:t!:iHF-CONCRETE BLOCKING 12"x12"x6" CONCRETE BLOCKING CITY OF FORT WORTH , TEXAS STANDARD FIRE HYDRANT DATE : FEB . 2009 WTR-006 M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAIN -----+--- l_ . z ~':i I . z ~:ii go· BEND , ROTA TE DOWN OR UP AS NECESSARY T :>1<:::..---RESTRAINED GATE VALVE ,_ __ RING CONNECTION LEAD SAME SIZE AS SMALLER MAIN NOTE : PROVIDE VERTICAL TIE DOWN BLOCK AS NECESSARY 90' BEND, ROTATE AS NECESSARY E2-25 CONSTRUCTION M.J. TEE WITH M.J . ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAIN MIN. MIN . ELEVATION CITY OF FORT WORTH , TEXAS TYPICAL RING CONNECTION NOTE : WATER MAIN OVER OR UNDER AS THE CASE MAY BE M.J . TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w / BRANCH ON 0% GRADE M.J. TEE WITH M.J . ANCHOR COUPLING , ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE PROVIDE VERTICAL & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED DATE: FEB . 2009 WTR-007 I-"E" NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P .S.I.G TEST PRESSURE AND 3000 P .S.F. SOIL BEARING VALUE. TEE 3000 PSI CONCRETE (TYP .) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE "x" 11.25· 22.5" 45· go· PIPE MIN. MAX MIN. MAX MIN . MAX MIN . SIZE (FT.) "A" AREA VOL "B" AREA VOL "c" AREA VOL "D" AREA 4 " 1.0 0 .90 0 .80 0 .05 0.95 0 .90 0 .05 0 .95 0.90 0 .05 0 .91 0 .82 6 " 1.5 0 .90 0 .80 0 .05 0.95 0 .90 0.05 1.05 1.10 0.05 1.73 1.99 8 " 1.5 0.90 0 .80 0 .05 0.95 0.90 0 .05 1.41 2.00 0 .05 1.86 3 .47 10" 1.5 0 .90 0 .80 0 .05 1.26 1.60 0 .05 1.79 3 .20 0 .10 2 .18 5 .62 12· 1.5 1.10 1.20 0 .05 1.48 2 .30 0 .10 2.14 4.50 0.20 2 .83 8 .00 16" 2.0 1.41 2.00 0.10 2 .00 4 .00 0 .10 2.83 8 .00 0.40 3 .75 14.10 20· 2.0 1.77 3.10 0 .20 2 .54 6 .20 0 .30 3 .52 12.40 0 .60 4 .70 22.00 24" 2 .0 2 .14 4.50 0 .25 3.00 9 .00 0.50 4.25 18.10 0 .95 5 .65 32.00 30" 2 .5 2 .66 7 .10 0 .55 3 .78 14.20 1.00 5.30 28.20 1.75 7 .05 49.80 36" 2.5 3 .33 10.00 0 .75 4.50 20.40 1.40 6 .36 40.80 2 .65 8 .50 72.00 42" 3.0 3 .72 13.80 1.20 5.25 27.60 2 .20 7 .41 55.30 4 .10 9 .90 97.50 48" 3.0 4 .38 18.30 1.60 6 .00 36.00 2.90 8 .48 72.00 5.40 11.14 126.50 54• 4.0 4.0 22.50 4.0 6.70 45.00 7 .00 9 .40 88.00 10.00 13.00 162.00 NOTES : MAX VOL 0 .05 0.05 0.10 0 .20 0 .30 0 .65 1.15 1.85 3 .40 5.10 7 .90 10.40 16 .00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS . VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING TEE & PLUG MIN. MAX "E" AREA VOL 1.16 0 .58 0 .05 1.19 1.41 0 .05 1.57 2 .46 0 .10 1.99 3 .98 0 .15 2.38 5.56 0.20 3 .16 10.00 0 .50 3.94 15.55 0 .75 4 .76 22.60 1.05 5 .91 35.33 2.10 7 .20 51 .00 2.95 8 .30 69.00 4 .75 9 .50 90.03 6 .15 10 .70 115.00 12.00 DATE : FEB . 2009 WTR-008 3000 PSI CONCRETE BELL-BELL BEND TRENCH WIDTH : 1. PIPE 24" 1.D . AND SMALLER = 24" OR 0.0. + 12" WHICHEVER IS GREATER . 2. PIPE LARGER THAN 24" = 0.0. OF PIPE + 18". 3 . CRADLE SHALL EXTEND A MIN. OF 6 " BEYOND EACH SIDE OF PIPE. J_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI CONCRETE KEEP A MIN . OF 1 '-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR SOL TS ON C.I . PIPE , OR IN EXCESS OF 1 '-0" AS DETAILED . E1-20 MATERIAL E2-20 CONSTRUCTION M.J.-M .J. BEND MECHANICAL JOINT MAIN --------~-- ~ TYP . BELL AND SPIGOT JOINT CITY OF FORT WORTH, TEXAS CONCRETE CRADLE NOTE: WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITIING SHALL BE CRADLED. DATE: FEB. 2009 WTR-009 CLASS "8" (2500 PSI) CONCRETE #4 STEEL BAR : NOTE: CD : KEEP CONCRETE CLEAR OF PIPE JOINTS AND SOL TS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 .,...._ z '-' 0:: w I-8 w ~ <( 0 _J <( z ~ 10 0 z w a.. a.. 12 *VOL. REQ'D . (C.F.) A (FT .) 8 (FT.) C (FT.) *VOL. REQ 'D. (C .F.) A (FT.) 8 (FT.) C (FT.) *VOL. REQ'D . (C .F.) A (FT.) 8 (FT .) C (FT.) *VOL. REQ'D . (C.F.) A (FT.) 8 (FT.) C (FT .) go· 39.99 2 .50 4 .00 4.00 71.09 2 .83 5.00 5 .00 111 .07 3 .25 5 .90 5 .90 159.94 4 .17 6 .20 6.20 BENDS 45· 22.5· 21 .64 11.03 1.42 1.00 3.88 3 .36 3 .88 3 .36 38.47 19 .61 1.67 1.50 4.80 3 .66 4 .80 3 .66 60.11 30.65 1.92 1.75 5 .60 4.25 5 .60 4 .25 86.56 44.13 2.42 1.42 6 .00 5 .54 6 .00 5 .54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11 .25· 5 .54 0 .75 2 .75 2 .75 9 .85 1.00 3 .20 3 .20 15.40 1.50 3 .25 3 .25 22.17 1.25 4.20 4.20 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNA L PRESSURE E1 -20 MATERIAL E2 -20 CONSTRUCTION OF 150 PSIG AT THE RA TE OF 150 LB . WT. PER CUBIC FEET OF CONCRETE . CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE : FEB . 2009 WTR-010 NOTE : KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS . E1-20 MATERIAL E2-20 CONSTRUCTION <..> • : w • #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE : FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. CITY OF FORT WORTH , TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK DATE: FEB . 2009 WTR-011 EXISTING SURFACE E1-7 MA TERI AL 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, g" 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 . 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 NOTE: ALL PIPE SHALL BE LAID TO GRADE AS SHOWN ON THE PLANS. CARRIER PIPE VARIOUS TYPES OF CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIPE AS PERMITTED BY THE PLANS AND SPECIFICATIONS. NOTE : ALL PIPE SHALL BE LAID TO GRADE AS SHOWN ON THE PLANS . CARRIER PIPE VARIOUS TYPES OF CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIPE AS PERMITTED BY THE PLANS AND SPECIFICATIONS . El-15 MATERIAL E2 -15 CONSTRUCTION TUNNELED SECTION OPEN CUT OR BORED SECTION CITY OF FORT WORTH, TEXAS CASING DETAILS PRESSURE GROUT BETWEEN CASING AND SURROUNDING EARTH TUNNEL LINER OR CASING PIPE AS REQUIRED . WATER LINES SHALL BE SECURED BY CASING SPACERS PER APPROVED PRODUCT LIST. NOTE : ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLATION OF CARRIER PIPE. CASING PIPE WATER LINES SHALL BE SECURED BY CASING SPACERS. MIN. (3) SPACERS PER JOINT OF PIPE . MAX. 6' BETWEEN SPACERS. NOTE : ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLATION OF CARRIER PIPE. DATE : FEB . 2009 WTR-017 L EXISTING SEWER LINE -===c==] PROPOSED WATER MAIN G) VARIABLE TRENCH WIDTH . PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, (REF. E2-2 .16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION . A MINIMUM BEARING OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. @ SEWER LINES LESS THAN TWELVE INCHES ( 12") IN DIAMETER SHALL BE REPLACED WITH CLASS 150 CAST IRON PIPE. THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COATING A.W.W.A. C-900, CONCRETE PIPE OR SDR-26, AS DIRECTED BY THE ENGINEER, SHALL BE MADE WITH URETHANE OR NEOPRENE COUPLING ASTM C-425 SERIES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS . G) THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18 "). E1-7 MATERIAL E2-2 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE REPLACEMENT DATE: FEB . 2009 WTR-018 . <D EXISTING SURFACE EXISTING SEWER LINE PROPOSED WATER MAIN 1~· TYP .l r l_l 3" TYP. SECTION A-A #6 GAUGE WELDED WIRE MESH, LENGTH OF ENCASEMENT MINUS 3 " OUTSIDE DIAMETER OF BELL G) VARIABLE TRENCH WIDTH . CLASS 'B' (2500 PSI) REINFORCED CONCRETE SUPPORT BEAM AND ENCASEMENT LENGTH SHALL BE MEASURED AS THE STANDARD TRENCH WIDTH, (REF. E2-2.16), PLUS FOUR FEET ( 4'). A MINIMUM BEARING OF 24" ON UNDISTURBED EARTH SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH . @ CLASS 'B' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12 ") DIAMETER ANO LARGER . SEWER LINES LESS THAN TWELVE INCHES (12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES , SHALL BE REPLACED BY DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT . E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH. TEXAS SANITARY SEWER PIPE TRENCH CROSSING DATE : FEB . 2009 WTR-019 G) @ ® ® 0 NOTES : 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C . THREAD . 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE . 6" BLIND FLANGE ATTACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD . ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION . 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE . FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RATING OF PIPE. WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED . STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE : FEB . 2009 WTR-022 LOOPED SYSTEM FLOW SLEEVE EXISTING GATE VALVE 1. INSTALL M.J. WYE AT END OF IMPROVEMENTS . 2 . RECONNECT TO EXISTING USING M.J. SLEEVE . 3 . AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. NON-LOOPED SYSTEM FLOW 1. INSTALL M.J. WYE AT TERMINAL END OF MAIN. 2 . PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN . 3 . AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. E1 -7 MA TERI AL E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER DATE : FEB . 2009 WTR-023 11 )a" I ·[2a3mmr I FI i I 31 COVER SECTION 12 %" [327mm] *" LETTERING (RECESSED FLUSH) 11 %" 1 %" I •[289mm( I SJ I 9 %" I ~ 12" [251mmj [305mm] t::::::==:::iW _J_ [ 476mm] BOX SECTION 1 )fR [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. %" [16mm] [ 457mm] 1 *" l--2 Xi " [44mml}_ I [54mm] e T: :r:::6,~ [Bm~] 1X6" [8mm] COVER SECTION 20" [508mm] I· 18 ~-• I [464mm] I-16 *" • 1 [ 425mm] ,. 21" .. , [533mm] 24" [610mm] BOX SECTION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH , TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DATE : FEB . 2009 WTR-026 I ) J ~ )t \ :, 1\ " "" :i yy y " " " " . •• :1 . . . .;,. i ) ~: ~ ~ ~ J ~ 0 ~ ;ii~ ~ ~ -· ~: ~ 0 ~ ti ) 31: ~ ~ ~ ) 't ' ~ -" ". "" . " . l{ n'Y . EL~N VIEW [679mm) 1 3 14" 11 13 )'4" [337mm] II [337mm] COVER SECTION 30" [762mm] 27" [686mm) 1 *" [44mm] I 15 :Xs" [386mm] 1 ~"R [R38mm] I L 12" [305mm) 18" 15 ~s" [ 457mm) [392mm] Ll ----~-,, / \ ' ' ----- _J_ 3" [76mm] I --------4" [102mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. f 14" [356mm] i ~=================::i:!_J _l I . 25" [635mm) -I BOX SECTION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH , TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1X 11 & 2" METERS DATE : FEB . 2009 WTR-027 l l[ l[lr 17" 18 75 " [ 432mm] [ 467mm] L~J 2"R [R51MM] PLAN VIEW 16 Xz" COVER SECTION I 11 *" I • [298mm] • [419mm] 2 ~----rh [54mm] ~· 1 ~ .. jL_ /'om:]~ ____IT,amm] ~ .. ~~ ~6~ [8~m] . [8mm] COVER SECTION 1 .. 18 w • I ___ [ 47_9_mm_J_~ _J_ I-20 )." [514mm] BOX SECTION L, Xz " [38mm] ·I BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS "C" STANDARD PLASTIC METER BOX FOR 2 -%11 METERS DATE: FEB. 2009 WTR-028 ------*+--+--TYPE "C" BACKFILL MINIMUM 6" INITIAL ---,++-1-,-,1~~~ SEE SPEC . E1 -2.4 G.C.D . BACKFILL COVER ~~,.:.:t;:..1w.a.._ SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1 -2.3 G.C .D. MINIMUM 6" --4-~~-='-"',,!f, EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" TYPE "C" BACKFILL SEE SPEC . E1 -2.4 G.C.D . FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL . CRUSHED STONE SEE SPEC. E1-2.3 MINIMUM 6" ---+4-ltl~~~~~f,::'.: EMBEDMENT G.C.D. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P .I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 ~.. 40-75 %" 55-90 #4 90-100 #8 95-100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES MA TERI AL SPECIFICATIONS NOTE : SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY . THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G .C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH, TEXAS DATE: JUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 EXISTING CURB TEMP. SERVICE---M-11 2" GALV. PIPE TO F.H. OUTLET FOR TEMP --WATER SUPPLY. TEMP . SERVICE 2 " GALV. PIPE ii €J-,af--EXISTING METER VAULT . SEE DETAIL WTR-031 FOR TEMP . SERVICE CONNECTION . ---+---TEMP. SERVICE 2 " GAL V. PIPE SEE DETAIL WTR-032 FOR INTERSECTION CROSSING EXISTING CURB CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE : FEB . 2009 WTR-030 EXISTING COPPER SERVICE LINE NOTE : CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD . NOTE: ADAPT AS REQUIRED EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. METER SHALL BE REMOVED BY THE CONTRACTOR . CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE : FEB . 2009 WTR-031 EXISTING .. PAVING 36" MAX . ASPHALT COVER 15# ROOFING FELT, 36" WIDE 2" GAL V. PIPE 2-STANDARD FINISHED 2 "x6" WOODEN PLANKS CITY OF FORT WORTH , TEXAS INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE / DATE : FEB . 2009 WTR-032 2 .25" • I") I ..,_ 2 .25" 2'-7" 8'-0" 2·-10" 2'-7" FORT WORTH -+--t----::----------------------------- • N I °N PROJECT NAME PROGRAM NAME/ PROJECT#/ AMOUNT This project is managed by the Department Questions on this project, call (817) 392-8306 0 z ci ~ w -' ' • 0 I 2 .5 " ·v After hours water and sewer emergencies, call (817) 392-44 77 ______ N_ 2 .5 " 3 " EQ.tilS;_ FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS : FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION \ \ \ \ 7'-6 " \ LLwHITE \ \ \ 3"R (TYP.) L PMS 288 (BLUE) CITY OF FORT WORTH , TEXAS PROJECT SIGN -4'x8' (FOR C.I.P PROJECTS) 3" DATE : FEB. 2009 WTR-034 ' ' MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . 2 COATS OF BITUMASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. ASTM C-76 , CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. (REF. E2-14) REFER TO SAN-009 TRENCH WIDTH CONC . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP .) * * VARIES WITH PIPE DIA. r + l SECTION A-A A · .. •··--------< · ... ·.·· ... A t : z CX) -~ 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 ~48" APPLY 2 COATS ---- OF BITUMASTIC COATING. E1-12 MATERIAL E2-12 CONSTRUCTION MIN . MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . / ---36·--~-,_ __ FLAT SLAB TOP MIN. 6" ~~-----~ THICK, DESIGNED TO MEET OR EXCEED H-20 LOADING ----MONOLITHIC CONCRETE SECTION A-A PLAN CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE (4,000 PSI) OR ASTM C478 PRECAST MANHOLE SECTIONS. PRECAST JOINT DETAIL 48" R.G . DATE: FEB . 2009 SAN-004 USE SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTRUCTION MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN -009 WITH "SEWER" CAST IN LID . / 1-3 " APPL Y INTERIOR CORROSION PROTECTION AS REQUIRED . INSTALL NUTS AWAY FROM M.H. WALL ON M.J. FITIING COR-TEN BOLTS 4'-0" G) IF REQUIRED, PROVIDE STUB EXTENSION AT END OF P.E. IN M.H . WALL -'----APPLY 2 COATS OF BITUMASTIC COATING CONCRETE -SEE STANDARD 4 ' DIA . M.H. DETAIL SAN-003 a_;)\:\J----1,£--,£-,+--VERTICAL TO * POINT OF PIPE 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' DI A . FOR SEWER PIPE 24" TO 36" DIA . DATE : FEB . 2009 SAN-005 NOTES : A . STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS : 1. PIPE FITTING. 2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITTING . 3 . BREAK OUT TOP OF FITTING TO SPRING LINE. 4 . POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED , AS DETAILED. 5 . STEEL TROWIEL FINISH INVERT OF MANHOLE. 8. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION . CONCRETE SLAB El-14 MATERIAL E2-14 CONSTRUCTION ----- ......_ -- PLAN YIEW SECTION A-A G) WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS JUNCTION MANHOLE BOTTOM DATE: FEB. 2009 SAN-006 w a:: 0 a:: OJ w w 1- ...J w OJ :::i' <( ~ ii: 0 <( > VARIABLE DI AMETER BORE TO BE LARGE ENOUGH TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR JACKED THROUGH . I I l~I I l~I I l~I I l~I I l~I I l~I I l~I I lilll I lilll I lilll I lilll I lilll I lilll I lilll I lilll I lilll I I I I TYPICAL BORED SECTION w a:: 0 a:: OJ w w 1- ...J w OJ :::i' <( ~ ii: 0 <( > NOTE : LONG ITUDINAL VIEW TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW TYPICAL END VIEW PRESSURE GROUT AROUND CASING AND CARR IER PIPE . GROUT SHALL BE PROPORTIONED AS 1 CU. FT. OF CEMENT, 3 .5 CU . FT . OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURR Y. SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO ., ADVANCE PRODUCTS & SYSTEMS , OR APPROVED EQUAL. 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE. 2 . IF COMPRESSION TYPE JOINT IS NOT AVAILABLE , M.J. TYPE SHALL BE USED AND JOINTS BOLTED BEFORE PULLING PIPE INTO P L ACE . El -15 MATERIAL E2 -15 CONSTRUCTION CITY OF FORT WORTH , TEXAS BORED CROSSING DETAIL DATE : FEB . 2009 SAN-008 COLLAR CONFIGURATION FOR PAVED AREA ... I ... COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND 32" DIA . DUCTILE IRON COVER . (REFER TO SID. PRODUCT LIST) 4000 PSI--~ CONCRETE 8-#4 REBARS TYP . G) 2" X 8" X 30" I.D . CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTIOM OF CONCRETE COLLAR . E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION 5'-0" . ...-·.;, 30" CLEAR • I <-:.. ,__ __ OPENING '::°~-:- 2 ROWS OF R~M-NEK SEAL <:,: w/STAGGERED JOINTS OR ~-,. ® © APPROVED EQUAL. SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . ® CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR A J • 0 I 'in ~" CHAMFER (TYP .) CONCRETE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO SID. PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE SPECIFIED ON PLANS. DATE: OCT. 2009 SAN-009 B l PLAN VIEW ----------- 12" MIN . #3 DOWEL B J SECTION A-A CITY OF FORT WORTH, TEXAS HYDRAULIC SLIDE SECTION B-B NOTE: DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH , OR DOWELED AND GROUTED TO PRECAST BENCH . DATE : FEB . 2009 SAN-010 FOR NEW -~r<,.:!..,;;..;;.,~--r DEVELOPMENT **CITY OF FORT WORlli STANDARD CLEANOUT w/ CAST IRON CAP COLD JOINT REQUIRED CAP RISER 1' .....L........,_"""-c.i.J\__._..::.::......;J- CLEANOUT NOTES 1. lliE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL. 2. CONNECTIONS TO lliE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS Willi STAINLESS STEEL DOUBLE BAND REPA IR SLEEVES . lliE SLEEVES SHALL BE TIGHTENED TO lliE TORQUE RECOMMENDED BY lliE MANUFACTURER. 3 . SLOPE OF lliE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. BELOW GRADE . CONCRETE COLLAR (CAST IRON) . ..--:ri11---BACKFILL CLEANOUT STACK Willi 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK , 3,000 PSI MIX . (PLAN VIEW) MARK w/RED VINYL TAPE, 3" WIDE & 6" ABOVE GROUND CONCRETE ANCHOR FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OlliERWISE PLUG . I U{/{t:it\.:\;: ~ 6" MIN . PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc., Information Subject To Change. DESCRIPTION YiE1m:1.I PART NO, H.D.P.E . Lateral Cleanout w/S.S. Bolts and C.I. Lid. T L H.D.P.E. P.V.C. RISER NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (PVC) SOR-JS OR SDR-26 SERVICE, SLOPE-VARIES 2!11: MIN. SEWER MAIN CAST IRON CLEANOUT LID. SIDEWALK STREET PROPERTY LINE (CURB I H.D.P.E. CLEANOUT BOOT w/CAST IRON UD FOR NON-PAYED AREAS CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT FOR NON-PAVED AREAS DATE : FEB .2010 SAN-011 PROPERTY LINE~ 4 " CONCRETE I COLLAR **CITY OF FORT WORTH CLEANOUT w/ CAST IRON CAP CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL. +---:It--:+~-~...,...-..,...,.,...,....,~ F"""'.'=::-':.'l=TTT-="'T"T==r~~.,......,...,.., ........ _.,...,. 2 . CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES. THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . FOR NEW -~r:,:,:.:::.;..;;..i,..:.t---r- DEVELOPMENT CAP RISER 1 ' _..._.......,_o.:..::..;c.i.J\....i,.;;.-<=~~ DOUBLE BAND STAINLESS STEEL COUPLING 3 . SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. BELOW GRADE . CONCRETE COLLAR (CAST IRON) ..--1---BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MIX. DOWEL INTO MARK w/RED PAVED AREA ~N~D~A~\. (PLAN VIEW) ABOVE GROUND CONCRETE ANCHOR FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc ., Information Subject To Change . DESCRIPTION YtElQJiI PART NO . Cast Iron Lateral Cleanout W/ SS Bolts and Coupling ~-SS BOLTS\ 18 lbs 1.5"l ~CAST IRON ,........ __ ::::!:::::-_ 0 RING T L CAST IRON A TIL-424 NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (IRON) SOR-JS OR SOR-26 SERVICE , SLOPE-VARIES 2lt MIN . SEWER MAIN DRIVEWAY SIDEWALK I CAST IRON / CLEANOUT CURB ¥/ DRIVEWAY APPROACH STREET PROPERTY LINE \ \ \ '~ CAST IRON CLEANOUT BOOT FOR PAYED AREAS CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT FOR PAVED AREAS DATE : FEB . 2010 SAN-011A SEWER PIPE PLUG 15' MIN . A l 1~ 0:: :J olf- · z ~w ol~ . w 0:: VI <( w TYPE "C" OR "B" BACKFILL ~~?.ifolt.=t-tt--NEW SANITARY SEWER LINE WITH STANDARD EMBEDMENT PER DETAIL WTR-030 NOTE : SERVICE LINE TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MATERIAL OR AS DIRECTED BY ENGINEER. SECTION A-A CITY OF FORT WORTH, TEXAS CHIMNEY SERVICE DATE : FEB . 2009 SAN-012 E1 -9 MA TERI AL E2-9 CONSTRUCTION 12" 12" TYPICAL SECTION BARREL OF PIPE END VIEW NOTE : USE 4000 PSI CONCRETE CITY OF FORT WORTH, TEXAS TYPICAL ANCHOR BLOCK FOR ELEVATED CROSSING DATE : FEB . 2009 SAN-013 EXISTING SURF ACE BACKFILL AS APPROPRIATE El-20 MATERIAL E2-20 CONSTRUCTION G) G) 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 24" AND SMALLER, 9" ON MAINS 30" AND LARGER , WHEN BID PER CUBIC YARD . G) CLASS 'E' (1500 PSI) CONCRETE CITY OF FORT WORTH , TEXAS CONCRETE CRADLE DATE : FEB . 2009 SAN-014 I· 2· .. 1 EXISTING GROUND 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH ---a...._"'11,---,,... = PIPE DIA . + 1' I JRENCf! I WIDTH TYPICAL SECTION CITY OF FORT WORTH, TEXAS CLAY DAM 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE. DATE : FEB . 2009 SAN-019 EXISTING SURFACE G) 0 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 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 A L NOTE: AL TERNA TE DESIGNS MAY BE SUBMITTED FOR APPROVAL BY THE ENGINEER . SECTION A-A 12" 6 " 5 1.i" 3 ,~.. 7" i------=-~ J4" i----------~ PLAN VIEW A ~;,·f.-75+~1 ~ ~~ ,~ .. J SECTION A-A f CITY OF FORT WORTH, TEXAS CAST IRON MANHOLE STEPS A J DATE: 06-2007 SD-013 ~ -~------·---1--1·--i -6" I r·c-~-,. 1+-e-~ #4 BAR (SEE NOTE) II I ,,,,..-SEE REINFORCEMENT FOR ;/ V CONCRETE PLUG I ---,-s ci i I H-+T ! I I ~-~-'---~----t~_J T = LENGTH OF PIPE GROOVE -----------·-_____ :::]_ REINFORCEMENT FOR CONCRETE PLUG PIPE SIZE REINFORCED DISTANCE s BAR c-c 18"-33" #2 12" BOTH WAYS 1/2 T 36"-54" #3 12" BOTH WAYS 1/3 T 60"-84" #4 12" BOTH WAYS 1/4 T NOTE : STEEL HANDLE FOR REINFORCED CONCRETE PIPE PLUG SHALL BE LOCATED 1/4 I.D . ABOVE CENTER POINT OF PLUG . TWO STEEL HANDLES WILL BE REQUIRED ON PLUGS OF 36" PIPES OR LARGER AND SHALL BE PLACED 1/4 I.D. APART AND 1/4 I.D . ABOVE CENTER OF PLUG. CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE PIPE PLUG DATE: 06-2007 SD-014 HEIGHT: 2' FACE OF CURB (VARIES) PLAN VIEW I 't I (VARIES) (MIN. 28' -MAX 42') I 2'-7.5" (TYP.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUNALENT) WHITE TYPE/I 1-SIDED 6'-3" (TYP.) I I ' I 2'-7.5" (TYP.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUNALENT} STRIPING AND REFLECTORS TO BE INSTALLED BY THE CONTRACTOR ~ FACE OF CURB (VARIES) 2' FORT WORTH CITY OF FORT WORTH, TEXAS ~ DEPARTMENTOFTRANSPORTATION -• -AND PUBLIC WORKS T1lN'FIC ENGINEERING 3 1/2 INCHES (+/-1/2 INCH RAMP GRADIENT: 8.75 IN 1 (30 INCHES I 3-112 INCHES HEIGHT) 3.43 IN 1 (12 INCHES I 3-1/2 INCHES HEIGHT) SPEED CUSHIONS SIDE GRAD/EN: ""Reproduced from : lnvlbrtlon ID Bid 0&-3001, Trofflc Celmlng -Speed Hlfflp lnolalatlon 5eMoos "-58of63 TRENCH REPAIR LIMITS _,'•-II I-•' l-111 --:111=111=111=111 J 1 PRIME COAT NOTES: 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. 2 . PLACE A MIN . OF 8" 2: 27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENTASPHALTPAVEMENT TRENCH REPAIR DATE: JULY 2009 STR-028 EXISTING CURB & GUTTER TRENCH REPAIR LIMITS NEW HMAC (SEE NOTE 4) EXISTING SUBGRADE (IF ANY) NOTES: DITCH 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM TH ICKNESS OF 5". WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE . A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED . 3 . REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE BASE IS REMOVED. 4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. ,;,,w,,i"ft!,,!.;;--BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 6) EXISTING CONCRETE BASE 5 . 2 : 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2 : 27 IS ADDED TO THE CLASS "A" CONCRETE . 6 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED , A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 7 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . . CITY OF FORT WORTH, TEXAS PERMANENTASPHALTPAVEMENTTRENCH REPAIR WITH EXISTING CONCRETE BASE DATE: JULY 2009 STR-029 TRENCH REPAIR LIMITS NOTES: 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-030 EXISTING SUBGRADE (IF ANY) 5' MIN . DITCH WALL NOTES; CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . EXISTING CONCRETE JOINT EXISTING CONCRETE PAVEMENT 1. FLOWABLE FILL MAY BE REQU IRED TO BACKFILL AL.L TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 2 . REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH , OR TO A MINIMUM OF 6 ", WH ICHEVER IS GREATER . 3. PLACE 6 " OF 2 : 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2 : 27 CONCRETE . 4 . REINFORCEMENT OF CONCRETE MUST MEE T CITY STANDARD OR MATCH EXISTING , WHICHEVER IS GREATER . 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXISTING CURB & GUTTER DATE : JULY 2009 STR-031 .3 m U �L m m 000� a�D} CL O� sv� mvo� com`� aaw o c �.-= w nt+ +- O C P N X O O 01 W L � W � m W ul Pp +OyE �,�x c o n�o U T�O ND}+ O E O � P w GI M � T ` . �+ oc-m �--t v°xDo C TeoU O C C C m°n- aomo LW �-+O L �oco a��� W�3�� aLzov�- JI- .f- L ��/1 tOL o a�o � a � \ � . � . .. � ... ... Uniform Top of wa��� PROPERTIES REINFORCING STEEL FOR ONE 32' PANEL (DESIGN A) QIDANTITY siope Wa11 FOR ONE Wa11 �i� Max D(a5) F N(#5) T(s�SJ U- 26 tt5 r �i9ht +� "H" WALI DIMENSIONS Soil A�- 26 tt5 Ap - 25 R6A3 - 25 �7A4 - 26 #8 A5' 25 �9 A6� 25 tt11 A�- 26 ttt1 B- 26 tt5 , 32 PANEL -- C ot Ot ot at at "H" = y � qt i5" c-cat 15" c-cat 15" c-cot 15" c-c at 15" c-c at 15" c-c at 15" c-c at 15" c-c 12" c-c12" c-c12" c-c12" c-c 15" c-c CONC REINF Press aNi � a a � (ft) Fw Tw Sw Hw Ft Kw T/SF �qth Wt �gth Wt �gth Wt Lgth � Wt Lqth Wt Lqth I Wt �gth Wt Lgth Wt 5 i ze No Spo ��th Wt No Wt No Wt No Wt ' No Wt Lgth Wt «Y� «B� (Ft) o^„ o Leve l � „, � > x I 2 1'-B„ 8" 1• _p,. 0 9" 9" 0. 1 1 , 4 131 3 24 2 66 3' -4" � 90 3.6 31 2 � 2 � � �� 3 2' -0" 1'-0" t' -0" 0 9" 9" 0. 15 6 197 4 32 2 66 � 2 66, 5' -4" � 145_ 5. 1 506 � 3 `� 4 2'-8" 1•_4'. 1,_p" 4" 1•_p" 9" 0.21 3'-10" 104 � 3'-6" 95 26 tt4 15" i'-10" 32 8 263 6� 48 2 66 2 66 7'-4" 199�I 7.4 873 4 `Bott of Ftg 5 3' -6,. t•_9„ t, _0" 9" i•_0" 9" 0. 23 5' -3" 142 4' -6" 122 26 #4 15'" '2' -3" 39 10 329 7� 56 2 66 3 99 B' -4" 226 �I 9.6 1079 I 5 6 4'-3" 2'-2" t'-0" 1•_1„ t,_0" 9" 0.24 6'-8" 181 5'-6" 149 26 #4 15" 2'-&" 46 12 394 � 8 �'64 3 99 3 99 8'-4" �226I� 17.6 1259 6 H DEFINITION 7 5'-0" 2'-6" t'-0" 1'-6" t'-0" 9" 0.27 g�-0" 217 � 6'-6" 176 26 tt4 15" 3'-0" 52 14 460 9 �72 3 99 3 99 8'-4"�226� �3.7 iao� � � 8 5'-8" 2'-10" t'-0" 1'-10" i'-0" 9" 0.30 9'-4" 253 7'-6" 203 26 �4 15" 3'-4" 58 16 526 �10 60 3 � 99 4 137 8'-4" �226.�) 15.7 1575 � 8 9 6' -4" 3' - 2" 1' -0" 2' -2" 1'-0" 9" 0. 33 10' -8" 284 8' -6" 231 26 �4 15" 3' -8" 64 18 591 � 11 BB 3 99 4 131 8' -4" � 226 �� 17. 7 1 71 4 ( 9 10 7'-0" 3•_6„ 1,_0„ 2•_6" t•_0.' 9.' 0.36 12'-0" 3Z5 4'-2" 156 � 4'-6" 258 38 tt4 10" 4'-0" 102 20 657�12 96 4 131� 4 131 8'-4"�226�� 19.6 2082 10 11 7'-9" 3'-10" 1'-0" 2'-11" t,_0" 9" 0.39 13'-4" 362 5'-4" Z00 � 10'-6" 285 38 #5 10" 4'-4" 247 22 723�13 104 4 131� 5 164 ,6'-4"�226�� 21.7 2436 11 12 8'-6'• 4,_3" 1•_0.' 3•_3„ i,_0„ 9" 0.40 14'-9" 400 6'-7" 247 � 11'-6" 312 38 tt6 10" 4'-9" 271 24 789I�4I112 4 131�5 164 8'-4"�Z26�� 23.8 2651 12 13 9'-2„ 4,_7" 1,_0" 3•_7" 1•_0" 9" 0.43 16'-1" 436 7'-8" 288 6'-9" 345 � 72'-6"�339 38 �7 10" 5'-t" 395 26 854�15�120 5 164�6 197 8'-4"�226�� 25.8 3364 13 14 9'-10` 4'-it" 1'-0" 3'-11" 1'-0" 1'-0" 0.47 17'-5" 472 8'-11" 335 8'-i" 413 � 13'-6"�366 38 �8 10" 5'-5" 550 28 920�16 �128 S 164� 6 197 9'-4"�226�� 28.2 3771 14 15 10'-6" 5'-3" 1'-1 %" 4'-1 7/8" 1'-0" 1'-0" 0.50 18'-10" 511 10'-1" 379 9'-6" 465 � 14'-6"�393 38 tt9 10"� 5'-9" 743 30 986I» I136 6 197� 6 I197 8'-4" �226�� 30.3 4253 �� 15 16 11'-2" 5'-7" 1'-2" 4'-5" 1'-3" 1'-3" 0.55 13'-3" 359 11'-2" 41910'-11�558 8'-5"�584 ( 15'-6"�4Z0 38 �9 10"�6'-1" 786 321051�18�144 6 197� 7 �230 8'-4"�226�� 36.0 4974 � 16 17 11'10" 5'-11"i'-3�/a° 4�'77/e��1'-3" 1'-3" 0.58 13'-3" 359 12'-5" 466 12'-4" 630 9'-t0"�fi83 � 16'-6"�447 38 tt9 10" 6'-5" 829 341117�19�152 7 230� 7 �230 8'-4"�226„ 38.5 5369 �� 17 1 8 12' -6" 6' -3" 1' -4" 4' -1 1" 1'-6" 1'- 3" 0. 63 13' -3" 359 13' -7" 510 13' -9" 703 11' -2" � 775 � 17' -6" � 475 38 +�9 10" 5' -9" 872 34 1 1 1 7� 19 � 152 7 230 � 8 � 263 8' -4" � 226 �� 44. 3 5682 �� 1 8 19 1 3' -3" 6' -7" t' -5" 5' -3" 1'-6" 1'-6" 0. 66 13' -3" 359 14' -9" 554 15' -2" 775 12' -8" � 879 � 18' -6" � 502 38 tt9 10" 7' -2" 926 36 1 1 83� 2� � 160 7 230 � 8 � 263 I 8' -4" � 226 � 48- 1 � 6057 �� 19 20 73'-10" 6'-11" 1'-6 �/i" 5'-4 ��" 1'-6" 1'-6" 0.70 13'-3" 359 15'-11'` 598 16'-7" 847 14'-1 � 978 � � 19'-6"� 529 38 �tt10 10" 7'-5" 1213 38 1248� 21 �168 B 263� 8 �263 I 8'-4" �226I� 50-9 � 6692 �� 20 21 1 4' -6" 7' -3" 1' -7" 5' -S" 1'-9" 1'-6" 0. 75 13' -3" 359 11' -2" 419 18' -0" 920 15' -5" J 1070� 9' -7" 815 � 20' -6" � 556 38 � tt10 10" 7' -9" 1267 40 131 4 22 � 176 B 263 � 9 � 296 I s� -a�� I 22a I s7. � � 7681 II z� 22 15'-2" 7'-7" t'-8�9 5'-10�/e"1'-9" t'-6" 0.78 13'-3" 359 11'-2" 419 19'-5" 992 16'-11'��1i74�10'-tt'' 928 { 21'-6"�583 38 �#10 10"� 6'-1" 1322 42�1380 23�184 8 263� 9 �2%� 8'-4" �226II 61.0 � 8126 � 22 23 16'-0,• 8• _0" 1•_9 �4" 6'-2 �4'r 1' -9" t'-6" 0.79 13'-3" 359 >>"-2" 419 20'-11" 1069 18'-5"�1278� �2"-4" 1048 � 22'-6" 610 76 � tt8 5" � 8'-6" 1�25 44 �1446 24 � 192 9 296 � 10 �329 8'-4" 226 �� 64.8 � 8997 �I 23 24 16' -6" 8' -3" 1' -10 7/ " 6' -4 �/e" 2' -0" 1'-6" 0. 86 13' -3" 359 i t' -2" 419 22' -3" 1137 19' -9" � 1371 � 13' -7" 1155 � 23' -6" 637 � 76 ��+8 5" � 8' -9" 1776 146 � 151 1 25 � 200 9 296 � t0 � 329 8' -4" 226 (� 72. 4 � 9416 I� 24 25 17'-3" 8'-7"1'-11��'6'-8��"2'-0" 1'-6" 0.89 13'-3" 359 >>�-2" 419 12'-2" 622 21'-2"�1469I15�-0" 1275 5'-1"�675 24'-6" 664� 76 �tt8 5"�9'-2" 1860 48�157726�208 9 �296�10�329 8'-4" 226� 76.4 � 9979 ( 25 26 1 S' -0" 9' -0" 2, _p �" 6' -117/e" 2' -3" 1'-6" 0. 93 13' -3" 359 i i' -2" 419 12' -2" 622 22' -B" � 1574 � 16' -4" 1388 6' -1 " � gpg ZS' -6" 692 � 76 �#8 � 5" I 9' -6" 1928 50 �1643 27 � 217 10 � 329 � 11 � 3g1 ' B' -4" 226 �) 85. 2 � 10565 �� 26 27 18'-6" 9'-4" 2'-1 � 7'-O�a" 2'-3" 1'-6" 0.97 13'-3" 359 ii'-2" 419 12'-2" 622 24'-t"�1672�»�-8" 1502 7'-1" � gq1 26'-6" �19� 76 � tt9� 5" �9'-10" 2541 52�1708 28 �225 10 �329� 11 �361 � 8'-4" �226�� 89.0 � 11624 �� 27 28 19' - 3'` 9' - 7" 2' -2 �" 7' -5 5/a" 2' - 3" 1'- 9" 1. 00 13' -3" 359 11 '-2" 419 12' -2" 622 25' -5" � 1764 � 1 g" -0" 1615 8' -1 " � 1074 27' -6" 746 � 76 � tt9 j 5" � 10' -1 " 2606 54 �1 � 74 29 � 233 10 � 329 � 12 � 394 I 8' -4" � 226 �� 94. 5 1 21 60 �� 28 29 20' -0'` 10' -0" 2' -3 � 7' -8 �/2" 2' -3" 1'-9" 1. 02 i 3' -3" 359 i t' -2" 419 12' -2" 622 27' -0" � 1874 � 20' -5" 1735 9' -1 " � 1206 28' -6" 773 � �6 � tt9 � 5„ � 10' -5" 2692 56 �1840 30 � 241 11 � 361 � 12 394 � 8' -4" � 226 �� 99. 2 1 2741 �� 29 30 20' -6" 10' -4" 2' -4 " 7, _9 3/B" 2' -3" 1'-9" 1. 06 13' -3" 359 11' -2" 419 12' -2" 622 14' -4" � 995 � 21' -9" 1849 10' -1 " � 1339 17' -0" 2348 29' -6" 800 � 76 ��10� 5" � 10' -9" 3516 58 �1906� 31 � 249 11 ( 361 � 12 394 � 8' -4" � 226 �� 103. 3 1 5382 �� 30 31 21'-3'� 10'-7" Z•_5�P" g•_2�/4" 2'-3" 1'-9" 1.09 i3'-3" 359 >>"-2" 419 12'-2" 622 14'-4"�g95�23'-0" 1955 11'-1"�1472 18'-4" 2533 30'-6" 827� 76 �#10� 5" � 11'-2" 3652 60�1971�32 �257 it � 361 � 13 427 � 8'-4" �226 �� 108.2 16076 �� 31 32 22'-0'� 11'-0� 2'-6 /�" B'-5�/2" 2'-6" i'-9" 1.13 �3•_3�. 359 11'-2" 419 12'-2" 622 14'-4"� 995�24'-5" 2075 12'-1"�16q519'-10" 2740 31'-6"� 854 � 76 �tt10� 5" � 11'-6" 3761 60�1971�32 �257 12 �394� 13I427I 8'-4" �226�� 118.9 ( 16704 �� 32 1'-0" Min LaP -i- - -_ _ - t'-5" Min LoP 1"-8" Min LaP �A�- 2'-3" Min Lop r1 rn - O r'� p � 1 • _ _ - \ / �� �� �"� N N Ai �A� �Ax o ; 3'-0" Min LaP I`-U - 1 - � - 1 - _ 1 ao <n t ��e ^ 'n l ��e � � % N � � �e r 1 � o � I�B �--- A � � � r- r �n �n � 1 - � , : ? , = x 112 1,2 ' 1t2 '- 1,2 ,--� -i , ��, c� 1,2 _ n � - _ = H ''? _ °' I = I � ' -,, �J � N --,- �� � � i%8 � � i%8 -- -'- TW y- -- � i% P ^ �'/e =_,_ � � c - � 0. STw+9" � I I � - � \ . + ' � � 1iz 1,2 S'" - 6" , , 1,z Q , 1,z 2. Q.. � ���e � �� `° o _ = lgth <- H 0. STw 7' -7" Lgth 1 7' -2" L th =:� Tw � Sw � 6" �' SW TW 6, I 9 BARS A 6 = O ' _ -- -' . - � tn H. 14'• H� 14' i 20' H> 2p' � Sw - 11'-10" l9th 12'-2" L th H 19'-11" o ' N Q _ __ , 12 , ,� _ �____ Tw • Sw 6" � BAI�S A2 H 24' H 24' Tw I _ � _! T Lpth = H+ Tw Sw 2'-6" 9 '�3�-3" 12�� B/�fZs /�; I Tw • , 6., --- - H S 14' H)14'<1(' H: 1G' « gth = H+ Tw �9.hSw H 18�-S5Tw .!- U Sw - 6•I I LL � lqth = 8"-4" H Sw - 14'-4" Lgth = 14'-4'• BARS A 1 H; Z9' H> 29' BARS AS lqth = H+ Tw -- ` - for H= 5' ! U at 15" �' _-•' BARS A� + Sw - 25'-9" Lgth = H- 6" � th = 2H - g" tO P I ace vert i ca � bars � �� A BARS A � BARS B 9or H< s' i ns i de of hor i zonta I bars o D at t 2" Pane I Length mi nus 6' GENERA� NOTES: BARS U (Typ both faces) ; � I I ai� concrete to be Ciass "C". M �I AIl reinforcinp steel to be Grode 60. 2 Ploce footing toe against -- � A� For notes antl tletOils not shown on this sheet 9ee sheet RW2. undisturbed Soil Z 4 1 Z+.. AZ Quontities ore based on "H" beinq average height of ponel. LSW , , � BARS D� �i � T � Reta i n i nq Wa I I s are des i qned to be coded as fo I I ows I--I •� � �� AZ �A3 on Retaininq Woll Loyout Sheets. � 3' -p•• HC - 21 - 28 U ot 15" Tie oll bars A ot �� i A� � I I �- - bentl point to � I � LA - 28 - 32 front face reinf ----A� � Ponel Length - 32' is standord; 28' ' � � i ' �^ --A+ requires special quantities � x ��8 Averoqe Height "H" of ponel �� � � ot �z" BARS F 5- t5. a2 r �. 11z '� Design - A= no surcharge or slope above wall IA� q� B� slopes up to 4:1 2 �/, „ � 2�, O B_ r_ A ,�U 5„ ' S, I _�A3 ,, ----As C= urpa+�f i 2- 5u; charge and/or s I oPes = Footinq p�essure design - L= low, H= high � Sw $w- � Tw , Hw � 3y' 15., Az I As , Tw Hw , I - I- _ � Ai �-FA� A� -As 0 - T B „_A �� c� �T C r� °' 3" � 3�' t5" 5. 15, � \ � � � C M_ 3" ^� F \ '-' I I �, �� Texas Qepa�tment of T�ansportotlon ^ I�� F� \ v }' 1 . _ . , A� �A� A� As -----AS , B�Idge �1vlSIWI i,. 2 ' �� 4 � a.••• •' �I S' Q7 -}� ��� } _ - - . "Z A' RETAINING WALLS I Z � .������:� -�� Y � �L � 3 u.k _ +° p / , �„ � � � - �o�-� H� �c 3� r�l� � �H�/ -- -- ---- -- 3 � Tw IKw I Fw H ' 14' V� Tw I Kw � I FW - SECT I ONS " � ' 4 1�2• 15' S" 15' S� 15" � H 12" H- 14' H- 20' H 23' H• 28" H 32' PARTIAI. WALL ELEVATIONS (Showing vertical reinforcing pattern in bock face) RW 1 (L)A F[�E: rwsttle05. dgn oH: TxDOT I cK: TxDOT ( o�: GHO I cK: MPM OC T%OOT April ZOOZ 0[SiR[CT FEOEftAL �[0 PROJECT SnEET REV[SIONS 5-06 : puontitles I �p(�NTY CONTROL SECTI JOB HIGHWAY I I I ,� ,?� X O f • �Vert i co I M N d 0 � �%a �12 �� �� °�:�::� � d U L °oo� a+�+ pL O" 3oE mvo° da+w com anmC w nc `+ W T+ 7 o�w� xoom ���� = oom v- •- ro ar w o +oa`�� a�'cov U l v >. o m v ar c cm � ar+* wv P � w m �W TL - ++ O C - m L^•- L OY�L C J�MU O C C C m°n� momo LP ++OL �oco O�. Wmc0 w]3aL �diow JH .HL �n +OL o a�`o _ a � � � � SW ( AS DETAILED FRONT FACE VERTICA� ALL HEIGHTS BACK FACE SLOPED (Basis for payment> ALTERNATE STEM SLOPE DETAILS Walis with slopes other than those shown moy be used after approval by the Engineer. Sw shall not be less than shown in Table on Sheet 1. No payment will be made for excess co�crete due to chonging of slope of wall stem. 9. 1 - � � �—Type "A" or � 8" Waterstop Type "A" or � "B" Waterstop i � r I I � Type 10 � i' Wat � proof i ng� N� i � � Equal � Type 10 Wafierproofing 1 � Bors Z at �i i , 2' c-c �" I i Z" 6" 6., __'_ i CI COV `� II� I �T e 10 I Z at ���- � Waterproofing 2'ac-c 2' c-c Dowel Bors F I Type 10 �!� I I � Waterproofing O � � i� , , � i �J����'��` � Dowe l � ' -9' Bars F PARTIAL ELEVATION PARTIAL SECTION SHOWING WATERSTOP AT FOOTING JOINT iQ Unreinforced Closs "C" Concrete when differe�ce in top of footing elevations is less than 6'. Omit when Dowei Bars F can be placed between adjacent footings with 4" cover top and bottom. 1 9. a � q�, �Type t0 � � � Waterproofing N N O � � � DESIGN "X" � �� � � A 14' e ,z• , � i � „- H s "X" o O N N � V� 2 S � I �r��� r� _ JOINT AND WATERSTOP DETAILS � � Place toewail ogainst undisturbed soil� f Use spacer for stems Type "A" of unequal' thickness TYPe "B" Waterstop I Waterstop /� Use spacer for sfems / of unequoi thickness I � P / iJS / • � � ll—fc � I 75�� Bars F� 1" � Edge of wo11 � Edge of woli Dia x 3'-0" smooth dowels ��z Compressible pluq ^ gars F , ,f _ at 1'-0" c-c � ;- —(sponge, etc.)-� ttg x 3'-0� - -�--�-------------------__--�� -�--�--�---------------------�--�-- Permanent ; �--� Expans i on s•/, �^ I. D. Po I yethy I ene Joint mat'I sleeve or wrop with 30tt roofi�g felt <\ � � ` Face of wall �n" chomfer � ��4�� chanfer Face of Wa�� EXPANSION JOINT CONSTRUCTION JOINT / 9" 16��r � I `� � I I�c " min °� �� ., � �-' -�----- � � ' i�2„ I Z„ I_ 2„ I Z„ I PVC WATERSTOP TYPE "A" � i y C C � � t � O U � c � m � L N � � C o- � o � 0 W BaRS Z c�5) Omit Bars Z when difference in top of footing elevations is less than 6'. I� D 7 ��, ,. �j � � �! ' � � �-�� i � ', � 716 , � 3� � /s "I _ � 3/e �� _I 3 �� " � 1 3/s " �/a „ Z�� _) �z', PVC WATERSTOP TYPE "B" Note: Dimensions and shapes may vory slightiy depending on manufocturer. �, Finished grade +� co N r- ; - F 2'_� F i I ter � materiol 1 I Co�crete coarse � ��agqregate Finished \ Grode � ; Top of �' � — untlisturbed — or compacted soil� f� _----F Type 10 Waterproofing N �= � H > "X" C o rl � j� N Limits.of Unciossified � Structural Excavation — � 4" weep hoies at 15' max (slope to drain) i' hardwore cloth centered behind opening ORAINAGE DETAILS AND EXCAVATION OIAGRAM f Grade 2 or 3 If pipe underdrains are required, the flowiine ond outlets shail be as shown elsewhere in the plons ond the concrete coorse oggregote shall be approximotely centered on the underdroin p�pe. If pipe underdroins are used, omit weep holes. Note A: Stop coarse oggregate ot this level when weep holes are usetl. Note B: Use coarse aggregate to here with filter moterial obove when underdrains are used. GENERAL NOTES: Walls ore desiqned assuming unit weight of soil = 120 pcf, and coefficient of horizontol earth pressure = 0.33. Walis are designed to provide a minimum foctor of safety against sliding of 1.5. The undisturbed or canpacted soil depth in front of walls, fran bottom of Key up, shall not be less thon Kw + Ft + 1'. Retaining walls are detailed to be placed on grodes up thru 10% with footinq level, with no changes in reinforcing steel. Steeper grades can be accortmodated by shortening 8ars At ond B and increasing length of legs of Bars U by the same mnount. No change in Quontities will be involved Retaining wails may be ploced on Horizontai Curves by adjusting lenqths af footing Bors T and H. Minor revisions of Concrete �uontities moy be required. Designed in occordance with current AASHTO Standard and Interim Specifications. All concrete to be Closs "C". All reinforcing steel to be Grade 60. �� Texas Depo�tment of T�ansp�o�totion � B�lOge Dlvislon RETAINING WALL MISCELLANEOUS DETAILS RW 2 FaE: ttrstdel l, dgn os: TxDOT � cK: ixDOT I ow: GHO I cK: MPM QC TxDOT Apill ZOOZ DlSifliCT � FEOERAI. A[0 PROlECT SHEET REY[SIONS I I ICWNTY CONiROI SECi JOB H[GHWAY I .. _ .%� ...< i / ' c P�e�n�9o�othe� DETECTAB�E WARfVINGS ` `� o �Landing I TYPE G� non-walking surface Ramp Llmita GENERAL NOTES FOR DETECTABLE WARNINGS """ I TYPE A I if dropoff is not of Payment m� p T protected ON SIDEWALK RAMPS (CURS RAMPS) a �� Detectable waminp ��'�P � g'd�a 5, m�� X 4' 1. Curb ramps must contain a detectable waming surface that consists of raised truncated domes complying with aurface (Oomea to M�n a.s°b Section 4.29 of the Texas Accessibili Standards TAS . The surface mast contrast visuall with ad'oining run parellei to Re 0 Shared tY � ) Y 1 edestrian Vavel) Remp limita �Ap �d n i9 d n a s l . m .;y ' � of Payment Z� �9� y�s .P, Y- surfaces, including side flares. Fumish dark brown or dark red detectable warning surface adjacent to a,.. $.3°/� Q Rv�O o o a�d uncolored concrete, unless specified elsewhere in the plans. o C 4?:4:o-�:�4�a Side flare 6 Q�TbiS'00.¢ / 9 , . �:+°. F F � ' y�amP y . - • � N � -''v;''v�a:o'o'ir'orr:a? ITYPiC31) , ���o f oy, F,F f .- 2. Detectable warning surfaces must be slip resistant and not ailow water to accumulate. ° � f` f� M ��,,�� 3. Align truncated domes in the direction of pedestrian travel when entering the street. B� y�� �' '& - Typical placement of detectable 8" min � � e• .,�,; :=��,4�,. 4. Shaded areas indicate the approximate location for the detectabie waming sarface for each curb ramp type. Face oi S� `_• p waming surface on sloping 8' max ��� a,w f f,x <�'" O �i� • �a,a 5. Detectable waming surfaces shali be a minimum of 24" in depth in the direction of pedestrian travel, and ramp run. DETAI L"A" S��n, °�� �� �Q extend the full width of the curb ram or landin where the edesttian access route anters the straet. 2x f� f\9�0 �o r 4� m�� P 9 P Denotes planting ��,t.e` curb aamp � 8. Detectabie waming surfaces shall be located so that the edge nearest the curb line is a minimum of 6" and a or non-walking z� min. run at 8.3% FLARES AT maximum of 8" from the axtension of the face of curb. Detectabte warning surfaces may be curved along the corner radius. surtace. Detectabie WITH DETECTABLE Y -�'�-�,�, ; -� � , -" y ; � warning aurface WARNING SURFACE SIDEWALKS SLOPE 7. The foilowing is ao approved list of Cast-In-Place Detectable Warning Mate�als and their manufacturers: � y. DETECTABIE ��:�z' Mnx. (rrPicn�>. 7a. Armor Tile (vitrified polymer composite) by Engineered Plastics, Inc., Williamsvitle, NY. � WARPIING SURFACE COMBINATION CURB RAMPS 7b. Tactile Pavers {fired Gay pavers) by Pine Hall Brick; Winston-Salem, NC. �'�di"0 7c. Detectable Warning Paver (fired clay pavers) by Western Brick Co., Houston, Tx. 8•3� a�� l �% PERPENDICULAR CURB RAMP 8. The above list of Detectable Warnin� Mate�ials or o QA��ra ao-8 WITM SiDE FURES NOT ADJACENT TO WAIK SURFACE c p x7 0 0 �r.o-.q o� o Planting or othar non- ��:.a:Q:a:v:�b a:�r: their approved equal shall be used as N E f:Q.w:6:v:�:o:a�a. walking surface if dropoff NOTE: AlL RAMPS ARE MIN. 4' WIDE. ;o.. ;o:o;o.c_o.�y.b: I TYPE F� ( 1 the Detectable Warning surface on sidewalk is not protected ; 4' x4' MIN NPE H� (curb) ramps as shown on the plans and � PAVEMENT �_ Ramp _ 5'min x4' _ Side ; LANDINO of deteils on this aheet. Typical placement of detectable g' mlp � pace Of Shared � Flare ' warning surface on landing at g• max �ry CURB 8 jI �,aqding. , '; � Ramp Limita street edge. „„ � GUTTER RAMP 4'x4' �y y 'I • y• y � ? , �� ;; � of Peyment D ETAI L B � SLOPE 1':12' " LANDING � � "� w ' � a�: �� SIDEWALK RAMP (CIJRB RAMP) GENERAL NOTES _ _ � � 8.3% SIDE�VALK = OI� : ; I NPE B� E -� Sharod I ory ; y1� ; 1. All siopes are maximum allowable. The least possible slope that will stili drain properly '°� << ' e• Curt �o�dinp � e' CURB a'x4' should be used. Ad"ust curb ram len th or rade of a < ^ .. • �� g w Y e- �--� �� 1 4 9 9 pproach sidawaiks as directed. S A N D i� . N D I N G 2. T h e m i n i m u m s i d e w a l k w i d t h i s . � IINE '� E Walkinp . i 3. Landings ahall be 4'x 4' minimum with a maximum 2% slope in any direction. SECTION D-D m�� Fun 5.0' MIN rv�"� j'. 4. Alaneuvering space at the bottom of curb ramps shall be a minimum of 4'x 4' whoity R E I N F O R C E M E N T ( T Y P I C A L R A M P S E C T � O N) �„ 9, 3' h ��,���1�::, S L O P E -. _ AS IN ADJACENT ' ' ��- �� SLOPE 1:5o v�„f, .�,�FT , con ta ine d w i t h ln t he crosswa l k ao d w ho l ly ou ts i de t he para l le l ve h icu la� trave l pa t h. y y y, y ,.. y : .�.�:-, ,•;i=.:; � � ;.�.:....,..�:s. . ���. ..... _ . FLUSH '�":'�,:�< ° � 5. Maximum allowable croas s ope on sidewai an cu� ramp surfaces is 2%. Ramp Llmita CURB AND GUT7ER '"' tqn��Nc 8. Curb ramps wi4h retumed curbs may be used only where pedestrians would not normally walk a� Remp across the ramp, aither because the adjacent surface is planting or other non-walking surface of Payment DETECTAs�E W1dth ' � or because the side approach is substantially obstructed. Otherwise, provide flared sides. 4'X4' 8' MIN CURB WARNINO SURFACE Relnp LIrt11f8 DETECTABLE � 7, D9t8113 011 tf11S p180 Bppl�/ t0 8II COOSt�UCt100 O� f6COf13tfUCt10O Of Stf88tS, CUfbS, Of SId8W8�kS .,� •� LANDING � RAMP WIDTH� _ of Peyment WARNIN6 SU ce 8. To serve as a pedestria� refuge area, the median should be a minimum of 5' wlde. Medlans �� o " - 4• MiN. " � COMBINATION CURB RAMPS SAWCUT EXISTINO should be designed to provide accessible passage through them. F' ` F CURB AND SIDEWALK 9. Curb cut ram s are to be located as shown on the lans or as directed b En meer. � cR sSwn�K p P y g S� �� �� � RAMP SLOPE y'��'� I ��`y'�� 10. Crosswalk dimensioos, crosswalk markings and stop bar locatians shall be as shown o �' � PERPENDICULAR RAMP � FLUSH LANDING elsewhere in the pians. At i�tersections where crosswalk markings are not required, 1'/FT. � /1, �• -a• �a-�'• •�� ������� I�.pE E� � curb ramps shall be aligned with theoretical crosswalks, or as directed by the Engineer. '� �I "' - SECTION E-E 3' SAND � � � m/ 11. Existing features that comply with TAS may remain in place unless changed on the plans. -.' f yy E; �E ; y- LINE a'�' ► 2' atrip if cut through � ( TYpE J' 12. Ramps ahall be provided at aii comers of street intersections where there is y�: y Ramp Limits �� A�? ia preater than 4' in length. existing or proposed sidewalk and curb. Ramps shall also be provided at walk of Payment ��- Otherwise place detectable s locatio�s in mid-block i� the vicinities of hospitals, medical c�nters, and stadiums. ;� warniny on the entire surface io ,1�j 13. Surtace texture of the ramp shali be that obtained by a course brooming, transvarsa T� ;�` of cut through. l�s�� to the slope of the ramp except at detectable warning surface areas. See details A and B. � CONTR A C T I O N �� � CROSSWALK 8e 14. Separate curb ramp and landings from adjacent sidewalk and any other elements SAwCu�' p' r yyCUT JOINT (TYP.) +�� ;� �O with premold or board joint of 3/4 " unless otherwise directed by the Engineer. ` � CROSSWAIK 15. Provide a smooth transition where the curb ramps connect to the street. CROSSWALK I o I-Q _� J '41- (�d ,;N��:,�h;.,. 16. Curbs shown on thls sheet within the Iimits of payment are considered part of the curb PLACE EXPANSION JOIN7 :>:�' '. >. < •<•< .4 .�� <<��•� - ,N i g$> ramp for payment, whether It is concrete curb, gutter, or combined curb and gutter. AT BACK OP CURB UNE ���� � . � , n:=�`a"' NOTE: ��; :>s%�v"� 17. Flare alope shall not exceed 10% measured along curb line and where pedestrians EXISTIN �° ���7- OR AT SIDEWALK LINE SECTION F-F 8.3% :.:;�ya"' DETECTABLE could waik across the ramp, then Maximum slope shall be 1:12. (8.3 %). PAVEMENT - - ;.,;���:�;=�; ">� WARNING SURFACE 4 M�� 18. Sidewalka ahaii be remped where the dNveway curb is extended across the walk. 4�r� Align curb parallel ��'��" TYPICAL SYMBOL � with uoaawalk 19. if possibie, drainage structures should not be placed in Nne with ramps. Location of the PERPENDICULLAR CURB RAMP (RETURNED CURB) - ALL RAMPS/u►NDINGS. ramps should take precedence over iocation of the drainage structure. Ramp Limita 20. The normal gutter ifne profite shall be matained through the area af the ramp. �ICROSSWALK of Payment 21. The actuai limits of existing curb and gutter and sidewalk shall be directed by the engineer in the fieid. 22. Cont�action Joints, expansion joints and silico�e sealing shall be subsidiary to unit price b6d FLUSH LANDING CUT THROUGH AT MEDIAN ISLANDS for sidewalks and ramps. � TYPE C I 4'x 4' min - - lendiny CURB 3 RAMP _ 2• �t�ip If wt th�ouph _ at�<E�i�,� Ramp limita ; yy: � TYPE D TYPE K • � '� � PAVEMENT� GUTTER SLOPE 7':12' � � �e preater then �' In IanOth• �1�. � of Payment _ _- _, x4 P %+% .�, THE SEAL APPEARING ON THIS LANDI G Otherwise lace detectable W � 4' Ramp DETECTABLE y ' I EXPANSION Jo1NT � � weminQ on the enUro aurface %' ` '�"""' �"v �4 lAATCH CUT T OUGN y � J. MARK WAiH13 � DOCUMENT WAS AUTHORIZED BY Wdth y y� WARNING SURFACE Ramp Limita \p i � of cut throu h. �` � 86008 `% �� MARK MATHIS, P.E. 88008 ON 05-29-09 � Of P9 ment 4'x 4' y � CONCRET ° SLA ITH r�.y�. .-'�` � y Landing Q-� . j�..� �. • •' . . o • . �. '. tl.-��_� PAVING HI EIGHT UR8 � li E0�' ' q�} y 2�- I �-'j_ 3' SAND LINE. _, � / Ramp Umite ���a�'��`� � G .� �a o'� a�_ I� REINFORCEMENT LINE of PaymeM � �\`�$ ;' f�� �,� Maneuvering 4� Ram ry�� �CROSSWALK AS IN ADJACENT 3��r' � Space 4'x �' P f CURB AND GUTTER .o ae � ` �i� Width �s`�I DETECTABLE SECTION G-G � u�/ DEPT OF TRANSPORTATION FORTWORTH 'v E Sidewalk - WARNING SURFACE (TYF�CAI RAMP SECTION) - o�. Alipn 8' cur6s parallel y:: ti AND PUBLIC WORKS � � ,,.--Maneuveting with crosswalki , "-�, '' :::�� . .� ,y.,-... � �: � .. ,,, • y y.' • 2' min. curb retum ? re �' C, Zyb ,� 7RAFFIC SERVICES DIVISION y ' " - Y.;�:;�-, aligned with crosswalk �,�\-F ,t, J�I .,`` f � Space 4 x � FLARE _ 4' MiN. FLARE ~-1 � '' � 7":12" SLOPE �� RAMP 1':72' SLOPE I Crosswalk ' `��'1 �ROSSwA�K S�deWe�k FLARESA �,------_ _�� <:' - SEETYPEB SIDEWALK RAMP DETAILS NOTE: USE ONLY ON RESIDENTIAL TYPE STREETS SIDEWALK SIOPE ��.�e �' -�•< • � -a. - °� ' °- ' ��'� �• < • �• � �. ^ -� �'• °��• *� � FORT WORTH, TEXAS 1':12' MAX. TYPICAI)� � MIN -,,.....,__.....,,,, - CROSSWALK SECTION H-H $tOP B9f DEYI,OYNE��BY: DI1TE: �NECKEDBY: DATE: Z-�O-�] DIAGONAL CURB RAMP (RETURNED CURB) (�'yPICALRAMPSECTION) _�oEtuoEnz z-oa-o� RONNIER.VARNELL NOTE. USE ONLY ON RESIDENTIAL TYPE STREETS Crosawalk OM DATE: APPROVEO BY: Perpendlcularto the Tangent ofthe Curb ( JOE RADENZ Z_�ao� DATE: Radius and Contained in Crosswaik DIAGONAL CURB RAMP (FLARED SIDES) COMBINATION IS�AND CUT THROUGH - � SCALE N T S. I OMWINQ No.: S7 SHEET No. OF - Section 6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance ~ 6.2 -Contractor Compliance With Workers' Compensation Law ~ 6.3 -Conflict of Interest Questionnaire ~ 6.4 -Performance Bond ~ 6.5 -Payment Bond ~ 6.6 -Maintenance Bond ~ 6.7 -City of Fort Worth Contract 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 . 00934 DOE No. 5859 STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Name: j erc~ CoC\o.f:5:e.r T itle : ~f ~idfAA.;t Date : \3._-\LQ -\b Before me , the undersigned authority, on this day personally appeared .J er ~ Coocu:";:>CC , known to me to be the person whose name is subscribed to the foreg oi g instrument, and acknowledged to me that e executed the same as the act and deed of · · for the purposes and consideration therein expressed and in the capacity therein stated. G iven Under My Hand and Seal of Office this ~ay of kc.Mber20JO ,,,,,~~·~·,,,,. / • .'_'~!-· ·~tA,. BETH J . OWENS ~ :. : § Notary Public , State of Texas -;~. ·-.:-M .. '=:.41,·· ··,•N' Y Comm1ss1on Expires .,, on ~.,. A ,,,,,,,,.,,, ugust 02, 2014 Bond No: 022028978 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Construction TX, LP, as Principal herein, and (2) Liberty M=u=-t=u=a=-=l'--=I=n~su=r~a=n=-=c=e___,._C=om=p=a=n"-'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 Two Million Two Hundred Eighty-nine Thousand, Two Hundred Twenty-nine and l 0/100.:..:..:..:..:.Dollars ($2,289,229.10) 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 5 20ib _, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of 2007 Critical Capital Project (Council District 7) Part III: Pavement Reconstruction and Water & Sanitary Sewer Replacement 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. 'JAN 2 2011 SIGNED and SEALED this __ day of ____ , 20 _. Conatser Construction TX. LP PRINCIPAL ATTEST: Jerry R. Conatser (Principal) Secretary President of Conatser Title : Mana~ement Group, Inc. ,GP (SE AL) ATTEST: Secretary (SE AL) Address: PO Box 15448 Fort Worth TX 76119 Liberty Mu t ual Insurance Company SURETY ~~ ~a~ Name: Glenna S. Davis Attorney in Fact Address : 175 Berkeley Street Boston, MA 02117 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. THE STATE OF TEXAS COUNTY OF TARRANT Borld No: 022028978 PAYMENT BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Construction TX, LP as Principal herein, and (2) Liber t y Mutual Insurance Company , a corporation organized and existing under the laws of the State of ----"-MA"--__ _, as surety, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the amount of Two Million Two Hundred Eighty-nine Thousand. Two Hundred Twenty-nine and 10/100 ..... Dollars ($2,289 ,229.10) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators, successors and assigns, jointly and severally, finnly by these presents: WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day 5 2011 A.D .i.-20_, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: 2007 Critical Capital Proiect (Council District 7) Part III: Pavement Reconstruction and Water & Sanitary Sewer Replacement NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Go vernment Code , as amended, and all liabilities on this bond shall be detennined 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. JAN 2 5 2011 SIGNED and SEALED this __ day of ___ A .O ., 20 _ Conatser Construction TX, LP PRINCIPAL ATIEST: Jer r y R. Cona t s e r (Principal) Secretary President of Cona t ser (SE AL) ATIEST: Secretary (SE AL) Title : Managem e n t Group, Inc., GP Address: PO Box 15448 --.........a.-=-................................... ____ _ Fort Worth TX 76119 Li berty Mutual Insurance Company SU~~! By~---~........._~--~- Name : Glenna S. Davis Attorney in Fact Address : 175 Berkeley St re et Bos t on, MA 02117 Telephone Number: 9 72. 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: 022028978 MAINTENANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Conatser Construction TX, LP ("Contractor"), as principal, and, Liberty Mutual Insurance Canpany a corporation organized under the laws of the State of ___ J..:.Lr:L ____ , ("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 Two Million Two Hundred Eighty-nine Thousand, Two Hundred Twenty-nine and 10/100 .... Dollars ($2,289,229.10), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the __ da 2 5 2011 A.D., 20_., 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 7) Part III: Pavement Reconstruction and Water & Sanitary Sewer Replacement the same being referred to herein and in said contract as the Work and being designated as project number(s) C295-541200-207400093483 / P253-541200-6071700093483 / P258-541200- 7071700093483 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 m good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Transportation & Public 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 eight counterparts, each of ATTEST: (SE AL) Secretary ATTEST: (SE AL) Secretary Conatser Construction TX. LP Contractor e: Jerry R.Conatser President of Conatser Title: Management Group, Inc. , GP Liberty Mutual Insurance Company Surety :~~D:t~ Title: At t orney-in-Fac t 175 Be r keley St reet Bos t on, MA 02117 Tel No: 972.233.9588 ----------------Address 3042158 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 ~uthority 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, CATHYVINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ...................................................................................................................... . , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, anv and all undertakinas , bonds , recoanizances and other surety obligations in the oenal sum not exceeding TWENTY FIVE MILLION AND 00/100**'"'*******************'1.***************'.t 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 pres ident and attested by the secretary of the Company in their own proper persons . That this power is made and executed pu rsuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5. Surety Bonds and Undertakings . Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-i n-fact , as may be necessary to act in behalf of the Company to make, execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws , Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company , is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal, acknowledge and deliver as surety any and all undertakings , bonds, recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. >, C: ca =s ~ .... >,UJ C11W EE IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of O c. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 3rd day of August , :::: 0 2010 <I:(") 0~ COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY By~~ M-a<-:d-:: Garnet W. Elliott, Assistant Secretary On this~ day of August , 2010 , before me , a Notary Public, personally came Garnet W . Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . CERTIFICATE CO MMONWEALTH OF PENNSYLVAN IA .Nota1ia!S..al Teresa Paotefla , No-.ary Public Piym-outh Tw .. Mor.t,IO!""'Y C<>unty My CommissiOn Expires March 28 , 2013 By~ Ter~sa Pastella , Notary Public I, the undersigned, Ass istan 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 cit 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 ... "C C1) C: ;: ca ~E .... ca .!? 0 .c:o -.. _m 0 C: >,GI .-=: C1) :2 .! -Q) ~.Q C1)0 .si E~ .!:::~ -co C: I Oo (.) ,- 0 CD I-,!. ~Libertv ~ i\'lutuaJ Important Notice TO OBTAIN INFOR MATION 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 obta in information on companies , coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax : (512) 475-1771 Web : http://www.tdi .s tate.tx.u s E-mail : Cons um e rP ro tecti on@ tdi .state.tx.us 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 dispu t e is not resolved, you may contact the Texas Department of Insurance. A tt ach This Notice To You r Po li cy: This notice is for information only and does not become a part or condition of the attached document. LMI C-3 500 Pa ge 1 of 2 Rev . 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 __ d~~~~ 5 2011 A.O ., 20_, 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 expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: 2007 Critical Capital Project (Council District 7) Part III: Pavement Reconstruction and Water & Sanitary Sewer Replacement 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 a nd Contract Documents are hereto attached and made a part of this contract the s ame as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 300 Calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $630 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees , from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the 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 $ I 00 ,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 (including/excluding) alternates n/a , shall be Two Million Two Hundred Eighty-nine Thousand, Two Hundred Twenty-nine and 10/100 ....................... Dollars, ($2,289,229.10). 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. I 0. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached. JAN 25 2011 Done in Fort Worth , Texas , this the __ day of A.O., 20_. APPROVAL RECOMMENDED : ~~=-~or Transportation Public Works ATTEST : Conatser Construction TX, LP P.O. Box 15448 / Jerry Conatser, Pres ident of Conatser Management Group , In c , G.P . BY: ___________ _ TITLE ADDRESS November 1960 Revised May 1986 Revised Sep tern ber 1992 CITY OF FORT WORTH -- FERNANDO COSTA , ASST CITY MANAGER APPROVED AS TO FORM AND ~ ~TTORNEY Section 7 -Permits D 7.1 -TxDOT Permit(s) D 7.2 -Railroad Permit(s) D 7.3 -Other Permit(s) Section 7 -Permits -OMITTED .. - Section 8 -Easements D 8.1 -Easement [8] 8.2 -Temporary Right of Entry Section 8 -8.1 -Easement Easements -NONE 8.2 -Temporary Right of Entry Temporary Right-of-Entry documents for the affected lots are being acquired by the city. The contractor shall not start investigations or construction until the city has acquired these documents. Section 9 -Reports ~ 9.1 -Geo-tech Report(s) D 9.2 -Cathodic Protection Study Report D 9.3 -Other Project Specific Study Report(s) GEOTECHNICAL STUDY 2007 CO PROGRAM FORT WORTH, TEXAS SUBMITTED TO STREAM WATER GROUP INC. 6737 BRENTWOOD SSf AIR RD, SUITE 230 FORT WORTH, TEXAS 76112 BY HVJ ·ASSOCIATES, INC. DALLAS, TEXAS JUNE 23, 2009 REPORT NO. DG-08-10320 HVJ • • • June 23, 2009 Mr. Arefin Shamsul Stream Water Group Inc. 6737 Brentwood Stair Rd, Suite 230 Fort Worth, Texas 76112 Re: Geotechnical and Pavement Design Study 2007 CO Program Contract 7A, 7B, 7C, 7D, 7E,7F, 7G Council District 7 Fort Worth, Texas Owner: City of Fort Worth HVJ Report No. DG-08-10320 Dear Mr. Shamsul: Houston Austin Dallas San Antonio 9200 KingArthur Dr. Dallas.TX 75247-3610 214.678.0227 Ph 214.678.0228 Fax www.hvj.com Submitted herein is the report of our geotechnical investigation for the above referenced project. The study was conducted in general accordance with our proposal number DG-08-10320 dated January 14, 2008 (revised January 15, 2008) and is subject to the limitations presented in this report. We appreciate the opportunity of working with you on this project. Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, HVJ ASSOCIATES, INC. Texas Firm Registration No. F-000646 ~ Fadi Faraj, P.E. Senior Project Manager FF/DK: dk The seal appearing on this document was authorized by Fadi Faraj, PE 96707 on June 23, 2009 . .Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act. The following lists the pages which complete this report: • Main Text-27 pages • Appendix A -15 pages • Plates -73 pages • Appendix B -10 pages • Appendix C -4 pages ,f'"\ } CONTENTS 1 EXECUTIVE SUMMARY ................................................................................................ I 2 INTRODUCTION ............................................................................................................ 1 2.1 Project Description ............................................................................................................. I 2.2 Geo technical Investigation Program ................................................................................... 1 3 FIELD INVESTIGATION ............................................................................................... 1 3.1 Geotechnical Borings .......................................................................................................... I 3.2 Sampling Methods .............................................................................................................. 1 3.3 Water Level Measurements ................................................................................................. 2 4 LABORATORY TESTING ............................................................................................... 2 5 SITE CHARACTERIZATION ......................................................................................... 3 5.1 General Geology ................................................................................................................. 3 5.2 Soil Stratigraphy .................................................................................................................. 3 5 .3 Groundwater Conditions .................................................................................................... 5 6 UTILITY D ES IGN CRITERIA AND RECOMMENDATIONS .................................... 5 6.1 General ............................................................................................................................... 5 6.2 Geotechnical Parameters .................................................................................................... 5 6.3 Thrust Force Design Recommendations ........................................................................... 10 7 UTILITY CONSTRUCTION CONSIDERA TIO NS ...................................................... 11 7 .1 General ............................................................................................................................. 11 7.2 Boring, Jacking, or Tunneling Construction Considerations .............................................. 12 7.3 Open-Cut Excavation Considerations ............................................................................... 13 7.4 Select Fill and General Earthwork Rec ommendations ...................................................... 15 7.5 Groundwater Control ....................................................................................................... 16 8 PAVEMENT DESIGN RECOMMENDATIONS ......................................................... 16 8.1 General ............................................................................................................................. 16 8.2-Moisture-D ensity Relationship ......................................................................................... 16 8.3 CBR Value ........................................................................................................................ 16 8.4 Rigid Pavement Section .................................................................................................... 16 8.5 Rigid Pavement Thickness and Load Capacity .................................................................. 18 8.6 Preparation of Subgrade ................................................................................................... 19 9 MONITORING ............................................................................................................... 19 9 .1 Excavation Safety ............................................................................................................. 19 9.2 Construction Materials Testing ......................................................................................... 20 10 DESIGN REVIEW ......................................................................................................... 20 11 LIMITATIONS ................................................................................................................ 20 ILLUSTRATIONS SITE VICINITY MAP ..................................................................................................................................... 1 GEOLOGY MAP ............................................................................................................................................. 2 PLAN OF BORINGS ............................................................................................................................. 3A-3P BORING LOGS ........................................................................................................................................ 4-52 KEY TO TERMS USED ON BORING LOGS ............................................................................. 53 & 54 RIGID PIPE LOADS .................................................................................................................................... 55 THRUST FORCE ACTING ON A BEND .............................................................................................. 56 BRAC ED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM ....................................... 57 APPENDICES Appendix SULFATE, CHLORIDE AND PH TEST RESULTS .............................................................................. A SWELL TEST RESULTS ............................................................................................................................... B CBR TEST RESULTS ..................................................................................................................................... C ' l 1 EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Stream Water Group Inc. to provide geotechnical services for the proposed 2007 CO Program Contracts 7A through 7G, Council District 7 Project in Fort Worth, Texas . The project will involve construction of water, sanitary sewer, and storm sewer lines along 16 different streets in Fort Worth, Texas . The project will also involve pavement design along these streets. We understand that the maximum invert depth of 7 can be assumed, and all lines will be installed using open-cut and/ or augering techniques. The purpose of the geotechnical investigation is to provide recommendations for the construction of utility lines as well as pavement design . Subsurface conditions were evaluated by drilling and sampling a total of forty nine (49) borings. A brief summary of the investigational findings are as follow: 1. Based on our field investigation, the subsurface soils are presented below: Athenia Drive. The subsurface soils at the site generally consist of clayey sands at the top 2 to 4 feet followed by firm to hard low plasticity clays with sands to the maximum termination depth of 10 feet in borings B-1, B-2 and B-4, and about 7 feet in boring B-2 below the ground surface. Clayey sands were also encountered at a depth of about 7 feet to the maximum termination depth of 10 feet in boring B-2. Silts were encountered at various depths in borings B-1 and B-2. Fletcher Avenue. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays at the top 4 to 6 feet followed by limestone with clay seams to the maximum termination depth of 10 feet below the ground surface. Goodman Avenue. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays at the top 1 to 5 feet followed by weathered limestone to the maximum termination depth of 10 feet below the ground surface. Clayey sands were encountered at the top 1.5 feet in boring B-2. Boring B-2 was terminated at a depth of 5 feet due to possible underground utilities. Haskell Avenue. The subsurface soils at the site generally consist of very dense clayey sands at the top 2 feet in boring B-1 and very stiff high plasticity clays at the top 2 feet in boring B-2 followed by limestone to the maximum termination depth of 12 feet below the ground surface. Mattison Avenue The subsurface soils at the site generally consist of limestone to the maximum termination depth of 12 feet below the ground surface. Weathered limestone was encountered at the top 6 to 7 feet in borings B-1 and B-3. Very stiff low to high plasticity clays were encountered at the top 1 to 2 feet in borings B-2 and B-3 . Heryje Street The subsurface soils at the site generally consist of very stiff to hard low plasticity clays at the top 4 to 7 feet followed by limestone to the maximum termination depth of 10 feet in borings B-1 and B-3, and to about 7 feet in boring B-2 below the ground surface. Fill material comprising of sandy clays with gravel was encountered at the top 2 feet in boring B-1. High plasticity clays were encountered at a depth of about 8 feet to the maximum termination depth of 10 feet below the ground surface in boring B- 2. T.ake Coma Drive The subsurface soils at the site generally consist of firm to very stiff high plasticity clays to the termination depth of 15 feet in boring B-1 and at the top 7 feet followed by limestone with clay seams to approximately 13 feet, followed by shale to the maximum termination depth of 15 feet in boring B-2 below the ground surface. Clayey sands were encountered at the top 2 feet in boring B-1. Fill material comprising of clays with gravel was encountered at the top 2 feet in boring B-2. Curzon Avenue. The subsurface soils at the site generally consist of limestone with clay seams to the maximum termination depth of 10 feet below the ground surface. Low plasticity clays were encountered at the top 2 to 3 feet in borings B-1 and B-3. Penticost Street. The subsurface soils at the site generally consist of very stiff low to high plasticity clay s at the top 6 and 10 feet in borings B-2 and B-3, respectively. Limestone was encountered below 6 feet in boring B-2, below 10 feet in boring B-2 and through all depth in boring B-1 . Sanguinet Street. The subsurface soils at the site generally consist of limestone with clay seams below 5 to 8 feet to the maximum termination depth of 15 feet below the ground surface. Clayey sands were encountered at the top 5 feet in boring B-1. Weathered limestone followed by high plasticity clays were encountered at the top 5 .5 feet in boring B-2. Low plasticity clays were encountered at the top 8 feet in boring B-3 below the ground surface. Crestline Road. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays at the top 8 to 10 feet in borings B -1, B-2, B-4, B-5 and B-6 below the ground surface. Limestone was encountered below 7 feet and 10 feet in borings B-1 and B-5, respectively, and through all depth in boring B-3. Gravels were encountered below 9 feet below the ground surface in boring B -2. Dexter Street The subsurface soils at the site generally consist of soft to very stiff low plasticity clays to the termination depth of 10 in borings B-1 and B-3 . Limestone was encountered to the termination depth of 10 feet below the ground surface in boring B-2. Frederick Street. The subsurface soils at the site generally consist of limestone with clay seams to the maximum termination depth of 10 feet below the ground surface. Sutter Street The subsurface soils at the site generally consist of limestone with very stiff high plasticity clays between 10 to 12 feet in boring B -1 and at various depths in boring B-2. Fill material comprising of clayey sand with gravel was encountered at the top 1 foot in boring B-1. Washington Street The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays to the termination depth of 12 feet below the ground surface . Limestone layers were encountered below 8 feet in boring B-2. Clarke Avenue The subsurface soils at the site generally consist of very stiff low to high plasticity clays at the top 3 feet in borings B-1 and between 2.5 to 6 feet in boring B-2, followed by limestone to the maximum termination depth of 10 feet below the ground surface. Weathered limestone was encountered at various depths in boring B-2. 2 . Groundwater was encountered in boring B-3 (Penticost Street) and B-1 (Sutter Street) during the drilling operations at depth 7 and 8 feet, respectively below the existing grade. It should be noted that groundwater levels determined during drilling may not accurately reflect the true groundwater conditions, and therefore should only be considered as approximate. It should also be noted that groundwater levels might fluctuate seasonally and with climatic conditions. 11 3 . Recommendations for installation of waterlines using open cut and/ or augenng techniques are presented in this report. 4 . Pavement design recommendations were provided for a rigid concrete pavement based on City of Fort Worth Pavement Design Standards Manual 2005, and assuming the streets are classified as Residential Urban (high-volume). Please note that this executive summary does not fully relate our findings and opinions . Those findings and opinions are only presented through our full report. 111 2 INTRODUCTION 2.1 Project Description HVJ Associates, Inc. was retained by Stream Water Group Inc. to provide geotechnical services for the proposed 2007 CO Program Contracts 7A through 7G, Council District 7 Project in Fort Worth, Texas. The project will involve construction of water, sanitary sewer, and storm sewer lines along 16 different streets in Fort Worth, Texas. The project will also involve pavement design along these streets. We understand that the maximum invert depth of 7 can be assumed, and all lines will be installed using open-cut and/ or augering techniques . The purpose of the geotechnical investigation is to provide recommendations for the construction of utility lines as well as pavement design in accordance with City of Fort Worth requirements (Pavement Design Standards Manual 2005). 2.2 Geotechnical Investigation Program The primary objectives of this study were to gather information on subsurface conditions at the site and to provide recommendations for utilities and pavement. The objectives were accomplished by: 1. Drilling forty nine ( 49) soil borings to determine soil stratigraphy and to obtain samples for laboratory testing; 2. Performing laboratory tests to determine physical and engineering characteristics of the soils; and 3 . Performing engineering analyses to develop design guidelines and recommendations. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program, general subsurface conditions, design recommendations, and construction considerations. 3 FIELD INVESTIGATION 3 .1 Geotechoical Borings The field exploration program undertaken at the project site was performed between November 11 and 14, 2008. Subsurface conditions were investigated by drilling thirty four 10-foot borings, seven 12-foot borings, six 15-foot borings, and two 17-foot borings for the utilities . The pavement was cored at all borehole locations prior to drilling in order to obtain the existing pavement thickness information. A site plan showing the approximate boring locations is presented on the Plan of Borings, Plates 3A through 3P. 3 .2 Sampling Methods Samples were obtained continuously to a depth of 10 feet and at 5 -foot intervals thereafter. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Granular cohesionless soils were sampled with the Standard Penetration Test (SPT) sampler in accordance with ASTM D1586 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. 1 Augering was performed when rock was encountered and TxDOT cone penetrometer test was performed at approximately 5-foot intervals in the rock. The test consists of driving a 3-inch diameter cone with a 170-pound hammer, which is dropped for a distance of 2 feet. The cone is seated and driven to 12 blows or 12 inches whichever comes first. Then it is driven for two consecutive 6-inch increments, and the blow counts for each increment are noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the 50 blows. The numbers of blows for each 6-inch increment and/ or the amount of penetration for each 50 blows are presented on the boring logs presented on Plates 4 through 52. 3 .3 Water Level Measurements Groundwater level in the borings was observed during drilling operations . The water levels measured during drilling are reported on the boring logs , which are presented on Plates 4 through 52. 4 LABORATORYTESTING Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to the relevant ASTM Standards . These tests consisted of moisture content measurements, pocket penetrometer, Percent Passing No. 200 Sieve, Atterberg Limits, unconfined compression, unit dry weight, swell tests, sulfate, chloride and pH tests, California Bearing Ratio (CBR) and moisture-density relationship (Proctor) tests. The Atterberg limits and percent passing number 200 sieve tests were utilized to verify field classification by the Unified Soils Classification System, and the unconfined compression tests were performed to obtain the undrained shear strength of the soil . Swell tests were performed to demonstrate the relative severity of the swell potential of the clayey soils at the site. Moisture density relationship and CBR tests were performed to estimate the pavement subgrade characteristics for pavement design. The type and number of tests performed for this investigation are summarized below: Type of Test Moisture Content (ASTM D2216) Atterberg Limits (ASTM D4318) Percent Passing No. 200 Sieve (ASTM Dl 140) Pocket Penetrometer Proctor (ASTM D 698) CBR (ASTM D 1883) Unconfined Compression (UC) (ASTM D 2166) Unit Dry Weight (ASTM D 2166/2850) Swell Test (ASTM D 4546) Sulfate, Chloride and pH Number of Tests 200 49 20 86 1 1 14 14 9 13 The laboratory test results are presented on the boring logs presented on Plates 4 through 52 . Sulfate test results are presented in Appendix A. Swell test results are presented in Appendix B. Moisture density relationship and CBR test results are presented in Appendix C. 2 5 SITE CHARACTERIZATION 5.1 General Geology According to the 1988 University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas Sheet of Texas Dallas Sheet," the project site area is described as being in the area where Fort Worth Limestone and Duck Creek Formations are typically encountered. The Fort Worth Formation mainly consists of aphanitic to biosparite, burrowed limestone and calcareous clay. The Duck Creek Formation mainly consists of aphanitic, in part bioclastic, locally burrowed, medium gray to yellowish gray limestone. 5.2 Soil Stratigraphy Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our conclusions and recommendations. Significant variations at areas not explored by the project boring may require reevaluation of our findings and conclusions . Athenia Drive. The subsurface soils at the site generally consist of clayey sands at the top 2 to 4 feet followed by firm to hard low plasticity clays with sands to the maximum termination depth of 10 feet in borings B-1, B-2 and B-4, and about 7 feet in boring B-2 below the ground surface. Clayey sands were also encountered at a depth of about 7 feet to the maximum termination depth of 10 feet in boring B-2. Silts were encountered at various depths in borings B-1 and B-2. Fletcher Avenue. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays at the top 4 to 6 feet followed by limestone with clay seams to the maximum termination depth of 10 feet below the ground surface. Goodman Avenue. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays at the top 1 to 5 feet followed by weathered limestone to the maximum termination depth of 10 feet below the ground surface. Clayey sands were encountered at the top 1.5 feet in boring B-2. Boring B-2 was terminated at a depth of 5 feet due to possible underground utilities. Haskell Avenue. The subsurface soils at the site generally consist of very dense clayey sands at the top 2 feet in boring B-1 and very stiff high plasticity clays at the top 2 feet in boring B-2 followed by limestone to the maximum termination depth of 12 feet below the ground surface. Mattison Avenue The subsurface soils at the site generally consist of limestone to the maximum termination depth of 12 feet below the ground surface. Weathered limestone was encountered at the top 6 to 7 feet in borings B-1 and B-3. Very stiff low to high plasticity clays were encountered at the top 1 to 2 feet in borings B-2 and B-3. Hervie Street The subsurface soils at the site generally consist of very stiff to hard low plasticity clays at the top 4 to 7 feet followed by limestone to the maximum termination depth of 10 feet in borings B-1 and B -3, and to about 7 feet in boring B-2 below the ground surface. Fill material comprising of sandy clays with gravel was encountered at the top 2 feet in boring B-1. High plasticity clays were encountered at a depth of about 8 feet to the maximum termination depth of 10 feet below the ground surface in boring B- 2. 3 \ ! Lake Como Drive. The subsurface soils at the site generally consist of firm to very stiff high plasticity clays to the termination depth of 15 feet in boring B-1 and at the top 7 feet followed by limestone with clay seams to approximately 13 feet, followed by shale to the maximum termination depth of 15 feet in boring B-2 below the ground surface. Clayey sands were encountered at the top 2 feet in boring B-1. Fill material comprising of clays with gravel was encountered at the top 2 feet in boring B-2 . Curzon Avenue. The subsurface soils at the site generally consist of limestone with clay seams to the maximum termination depth of 10 feet below the ground surface. Low plasticity clays were encountered at the top 2 to 3 feet in borings B-1 and B-3. Penticost Street. The subsurface soils at the site generally consist of very stiff low to high plasticity clays at the top 6 and 10 feet in borings B-2 and B-3, respectively. Limestone was encountered below 6 feet in boring B-2, below 10 feet in boring B-2 and through all depth in boring B-1. Sanguinet Street. The subsurface soils at the site generally consist of limestone with clay seams below 5 to 8 feet to the maximum termination depth of 15 feet below the ground surface. Clayey sands were encountered at the top 5 feet in boring B-1. Weathered limestone followed by high plasticity clays were encountered at the top 5.5 feet in boring B-2 . Low plasticity clays were encountered at the top 8 feet in boring B-3 below the ground surface. Crestline Road. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays at the top 8 to 10 feet in borings B-1, B-2, B-4, B-5 and B-6 below the ground surface. Limestone was encountered below 7 feet and 10 feet in borings B-1 and B-5, respectively, and through all depth in boring B-3. Gravels were encountered below 9 feet below the ground surface in boring B-2. Dexter Street. The subsurface soils at the site generally consist of soft to very stiff low plasticity clays to the termination depth of 10 in borings B-1 and B-3 . Limestone was encountered to the termination depth of 10 feet below the ground surface in boring B-2. Frederick Street. The subsurface soils at the site generally consist of limestone with clay seams to the maximum termination depth of 10 feet below the ground surface . Sutter Street The subsurface soils at the site generally consist of limestone with very stiff high plasticity clays between 10 to 12 feet in boring B-1 and at various depths in boring B-2. Fill material comprising of clayey sand with gravel was encountered at the top 1 foot in boring B-1 . Washington Street. The subsurface soils at the site generally consist of stiff to very stiff low to high plasticity clays to the termination depth of 12 feet below the ground surface. Limestone layers were encountered below 8 feet in boring B-2 . Clarke Avenue The subsurface soils at the site generally consist of very stiff low to high plasticity clays at the top 3 feet in borings B-1 and between 2,5 to 6 feet in boring B-2, followed by limestone to the maximum termination depth of 10 feet below the ground surface. Weathered limestone was encountered at various depths in boring B-2. Details of the subsurface stratigraphy encountered in the borings are shown on the boring logs presented on Plates 4 through 52 . Key to the terms and symbols used on the boring logs is presented on Plates 53 and 54. 4 5.3 Groundwater Conditions Groundwater was encountered in boring B-3 (Penticost Street) and B -1 (Sutter Street) during the drilling operations at depth of 7 and 8 feet, respectively below the existing grade. It should be noted that groundwater levels detennined during drilling may not accurately reflect the true groundwater conditions, and therefore should only be considered as approximate. It should also be noted that groundwater levels might fluctuate seasonally and with climatic conditions. 6 UTILITY DESIGN CRITERIA AND RECOMMENDATIONS 6.1 General The project will involve construction of water, sanitary sewer, and storm sewer lines along 16 different streets in Fort Worth, Texas. The project will also involve pavement design along these streets. We understand that the maximum invert depth of 7 feet below the existing ground surface can be assumed, and all lines will be installed using open-cut and/ or augering techniques. Our analyses and recommendations for open cut and/ or augering techniques are presented below. 6 .2 GeotechnicaI Parameters Geotechnical design parameters are presented in the following table . Design parameters given in the table are based on field and laboratory test data obtained at boring locations only and at the approximate invert depth. It must be noted that because of the nature of the soil stratigraphy at this site, parameters at locations away from the borings may vary substantially from values reported in the table. Boring Approximate Soil Total Unit Undrained Shear Allowable Strength (pst) or Bearing No. Street Name Invert Description Weight Friction Angle Presswe Depth (ft) (pct) (deg) (pst) B-1 Athenia 4-7 Stiff to very stiff Sandy, Silty Clay 125 2500 4100 B-2 Athenia 4-7 Very stiff Sandv Lean Clav 125 2500 4100 B-3 Athenia 4-7 Firm to stiff Sandv, Silty Clay 125 2000 3300 B-4 Athenia 4-7 Very stiff to hard Sandv Lean Clav 125 4000 4500 B-1 Fletcher 4-7 Limestone 140 3000 5000 B-2 Fletcher 4-7 Limestone 140 3000 5000 B-3 Fletcher 4-6 Stiff Lean Clav 125 1500 2500 6-7 Limestone 140 3000 5000 B-4 Fletcher 4-7 Limestone 140 3000 5000 B-1 Goodman 4-7 Weathered Limestone 130 3000 5000 B-2 Goodman 4-5 Weathered Limestone 130 3000 5000 B-3 Goodman 4-5 Stiff Lean Clav 125 2000 3300 5-7 Weathered Limestone 130 3000 5000 B-4 Goodman 4-7 Weathered Limestone 130 3000 5000 B-1 Haskell 4-7 Limestone 140 3000 5000 s Boring Approximate Soil Total Unit Undrained Shear Allowable No. Street Name Invert Description Weight Strength (psf) or Bearing Depth (ft) (pcf) Friction Angle Pressure (deg) (psf) B-2 Haskell 4-7 Limestone 140 3000 5000 B-1 Mattison 4-6 Weathered Limestone 130 3000 5000 6-7 Limestone 140 3000 5000 B-2 Mattison 4-7 Limestone 140 3000 5000 B-3 Mattison 4-7 Weathered Limestone 130 3000 5000 B-1 Hervie 4-7 Very stiff Lean Clay 125 3000 4500 B-2 Hervie 4-7 Limestone 140 3000 5000 B-3 Hervie 4-7 Limesto ne 140 3000 5000 B-1 Lake Como 4-7 Stiff Fat Clay 125 1000 2500 7-10 Very Stiff Fat Clay 125 3000 4500 4-7 Firm to very stiff Fat Clay 125 2000 3300 B-2 Lake Como 7-10 Limestone 140 3000 5000 B-1 Curzon 4-7 Limestone 140 3000 5000 B-2 Curzon 4-7 Limestone 140 3000 5000 B-3 Curzon 4-7 Limestone 140 3000 5000 B-4 Curzon 4-7 Limestone 140 3000 5000 B-1 Penticost 4-7 Limestone 140 3000 5000 B-2 Penticost 4-6.5 Very sti ff Fat Clay 125 3000 4500 6.5-7 Limestone 140 3000 5000 B-3 Penticost 4-7 Very stiff Sandy Lean Clay 125 3000 4500 B-1 Sanguinet 4-5.5 Clayey Sand 120 30 de!!: 1500 5.5-10 Limestone 140 3000 5000 4-5.5 Very stiff Fat Clay 125 3000 4500 B-2 Sanguinet 5.5-10 Limestone 140 3000 5000 4-8 Very stiff Lean Clay 125 3000 4500 B-3 Sanguinet 8-10 Limestone 140 3000 5000 B-1 Crestline 4-6 Stiff Lean Clay 125 1500 2500 6-10 Very stiff Lean Clay 125 3000 4500 B-2 Crestline 4-7 Stiff Lean Clay 125 1600 2650 B-3 Crestline 4-7 Limestone 140 3000 5000 B-4 Crestline 4-7 Stiff Fat Clay 125 2000 3300 B-5 Crestline 4-7 Very stiff Fat Clay 125 3000 4500 B-6 Crestline 4-7 Very stiff Lean Clay 125 2000 3300 B-1 Dexter 4-7 Very stiff Lean Clay 125 2000 3300 B-2 Dexter 4-7 Limestone 140 3000 5000 B-3 Dexter 4-7 Very stiff Lean Clay 125 2500 4100 B-1 Frederick 4-7 Limestone 140 3000 5000 B-2 Frederick 4-7 Limestone 140 3000 5000 B-1 Sutter 4 -10 Limestone 140 3000 5000 10-13 Verv stiff Fat C lay 125 2100 3500 6 Boring Approximate Soil Total Unit Undrained Shear Allowable No. Street Name Invert Description Weight Strength (psf) or Bearing Depth (ft) (pct) Friction Angle Pressure (deg) (psf) 13 -15 Limestone 140 3000 5000 4-8 Limestone 140 3000 5000 B-2 Sutter 8-10 Very stiff Fat Clay 125 3500 4500 10-12 Limestone 140 3000 5000 12-15 Very stiff Fat Clay 125 3000 4500 B-1 Washington 4-7 Very stiff Lean Clay 125 3000 4500 B-2 Washington 4-7 Very stiff Fat Clay 125 2000 3300 B-1 Clarke 4-7 Limestone 140 3000 5000 B-2 Clarke 4-6 Very stiff Fat Clay 125 2500 4100 6-7 Limestone 140 3000 5000 The values shown in the above table represent our interpretation of the soil properties based on the available laboratory and field test data. Use of the soil properties shown above may or may not be appropriate for a particular analysis, since choice of design parameters often depends on whether total or effective stress analysis is used, rate of loading, duration of loading, geometry of loaded area, and other factors. The total unit weight values shown above represent our interpretation of soil unit weight at natural moisture content. The undrained shear strength and allowable bearing pressure values represent our interpretation of the shear strength in clay soils based primarily on the results of unconfined compression tests, hand penetrometer tests and TxDOT cone penetrometer test. The allowable bearing pressures include a factor of safety of 3. Pipe Design . The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden soils, roadway traffic load, and loads due to existing surface structures. For design of rigid pipes installed using open-cut excavation methods, loads due to overburden and traffic can be determined from Plate 55 . The traffic load applied to the pipe can be calculated using 85% of wheel load with an impact factor of 1.5 for one foot of soil cover, 50% of wheel load with an impact factor of 1.35 for 2 feet of cover, and 30% of wheel load with an impact factor of 1.15 for 3 feet of cover. This results in a total design traffic load on the pipe or box culvert of about 1.28, 0 .68 and 0.35 times the wheel load for 1, 2 and 3 feet of cover, respectively. For pipes or box culvert with four or more feet of cover, the traffic loads may be taken as a surcharge equivalent to 250 psf. The design of flexible pipes requires the modulus of soil reaction of the native soil (En') in the trench wall as input. The En' values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. En' values for the native soils are presented in the following table. The En' values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values . These values are based on the soil data obtained at the boring locations only and may be used for the noted invert depth zone. 7 Boring Approximate Soil Total Unit E'n, Long No. Street Name Invert Description Weight Term Depth (ft) (pcf) (psi) B-1 Athenia 4-7 Stiff to very stiff Sandy, Silty Clay 125 600 B-2 Athenia 4-7 Very stiff Sandy Lean Clay 125 600 B-3 Athenia 4-7 Finn to stiff Sandy, Silty Clay 125 300 B-4 Athenia 4-7 Very stiff to hard Sandy Lean Clay 125 600 B-1 Fletcher 4-7 Limestone 140 1000 B-2 Fletcher 4-7 Limestone 140 1000 B-3 Fletcher 4-6 Stiff Lean Clay 125 600 6-7 Limestone 140 1000 B-4 Fletcher 4-7 Limestone 140 1000 B-1 Goodman 4-7 Weathered Limestone 130 1000 B-2 Goodman 4-5 Weathered Lime stone 130 1000 B-3 Goodman 4-5 Stiff Lean Clav 125 600 5-7 Weathered Limestone 130 1000 B-4 Goodman 4-7 Weathered Limestone 130 1000 B-1 Haskell 4-7 Limestone 140 1000 B-2 Haskell 4-7 Limestone 140 1000 B-1 Mattison 4-6 Weathered Limestone 130 1000 6-7 Limestone 140 1000 B-2 Mattison 4-7 Limestone 140 1000 B-3 Mattison 4-7 Weathered Limestone 130 1000 B-1 Hervie 4-7 Very stiff Lean Clay 125 600 B-2 Hervie 4-7 Limestone 140 1000 B-3 Hervie 4-7 Limestone 140 1000 B-1 Lake Como 4-7 Stiff Fat Clay 125 600 B-2 Lake Como 4-7 Firm to very stiff Fat Clay 125 600 B-1 Curzon 4-7 Limestone 140 1000 B-2 Curzon 4-7 Limestone 140 1000 B-3 Curzon 4-7 Limestone 140 1000 B-4 Curzon 4-7 Limestone 140 1000 B-1 Penticost 4-7 Limestone 140 1000 B-2 Penticost 4-6.5 Verv stiff Fat Clav 125 600 6.5-7 Limes tone 140 1000 B-3 Penticost 4-7 Very stiff Sandy Lean Clay 125 600 Sanguinet 4-5.5 Clavev Sand 120 300 B-1 5.5-7 Limestone 140 1000 4-5.5 Verv stiff Fat Clav 125 600 B-2 Sanguinet 5.5-7 Limestone 140 1000 B-3 Sanguinet 4-7 Verv stiff Lean Clav 125 600 B-1 Crestline 4-7 Stiff to very stiff Lean Clay 125 600 B-2 Crestline 4-7 Stiff Lean Clav 125 600 8 Boring Approximate Soil Total Unit E'n,Long No. Street Name Invert Description Weight Tenn Depth (ft) (pct) (psi) B-3 Crestline 4-7 Limestone 140 1000 B-4 Crestline 4-7 Stiff Fat Clay 125 600 B-5 Crestline 4-7 Very stiff Fat Clay 125 600 B-6 Crestline 4-7 Very stiff Lean Clay 125 600 B-1 Dexter 4-7 Very stiff Lean Clay 125 600 B-2 Dexter 4-7 Limestone 140 1000 B-3 Dexter 4-7 Very stiff Lean Clay 125 600 B-1 Frederick 4-7 Limestone 140 1000 B-2 Frederick 4-7 Limestone 140 1000 B-1 Sutter 4-10 Limestone 140 1000 B-2 Sutter 4-7 Limestone 140 1000 B-1 Washington 4-7 Very stiff Lean Clay 125 600 B-2 Washington 4-7 Very stiff Fat Clay 125 600 B-1 Clarke 4-7 Limestone 140 1000 B-2 Clarke 4-6 Very stiff Fat Clay 125 600 6-7 Limes.tone 140 1000 Pipe Bedding and Backfill . Based on the soil borings firm to hard clays, sands and limestone are expected within the bedding zone. We recommend that PVC pipe bedding and backfill consist of Cla ss 10 Aggregate fill consisting of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of "Standard Specifications for Concrete Aggregates", ASTM C33. The gradation as included in ASTM C33 is as follows: Class 10 Aggregate Fill shall have not more than 45 % passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3 .1. Compact bedding and backfill material in 6-inch lifts to 95 % of the maximum density as measured by ASTM D4253. The bottom should be dry before placement of pipe. If needed, we recommend groundwater control be implemented, if required, to achieve stable trench conditions and satisfactory foundation base . 9 \ ' The excavations should be performed with equipment capable of providing a relatively clean bearing area. Stable soils are essential to provide a strong base during construction. In addition, stable soils enhance trench bottom stability, support for bedding compaction, and minimize possible pipe settlement. Whenever soft foundation soils are encountered during trench excavation we recommend over excavating 3 feet below the base of the foundation and replacing with on-site soils compacted to at least 95% of maximum dry density in loose lifts not exceeding 8 inches . Trench Backfill. Pipe embedment (bedding, haunching, and initial backfill) for water lines may consist of coarse gravel. For pipes that will be located under streets or within one foot of streets and curbs, pipe embedment should extend to a minimum of 6 inches above the top of pipe. Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. Trench zone backfill for water lines may consist of bank run sand, or flexible base materials. Trenches that are located partially within the limit of one foot from streets or curbs should be uniformly backfilled according to the paved area criteria. Backfill material may consist of in-situ soils or imported flexible base materials. Fill material should be placed in loose lifts not exceeding eight inches, and should be compacted to 95% of the standard proctor maximum dry density as determined by ASTM D 698. However, the backfill up to 12 inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. 6.3 Thrust Force Design Recommendations Piping System Thrust Restraint. Unbalanced thrust forces will be developed in water lines due to changes in direction, cross-sectional areas, or when the pipe is terminated. These forces may cause joints to disengage if not adequately restrained. There will be a slight loss of head due to turbulence in bends in the pipes. This loss will cause a pressure change across the bend, but it is usually small enough to be neglected. The thrust force may require more reaction than is available just from the pipe bearing against the backfill. In order to prevent intolerable movement and overstressing of the pipe, suitable buttressing should be provided. In general, thrust blocks, concrete encasement, restrained joints and tie rods are common methods of providing reaction for the thrust restraint design. The thrust restraint design provisions described in this section are based on the American Water Works Association Manual M9 (1979). Concrete Pressure Pipe. Various types of thrust restraint systems are used depending on type of pipes and installation conditions . The force diagram shown on Plate 56 illustrates the thrust force generated by flow in a bend in the pipe. The equations for computing this thrust force are also given on this figure. An example computation of a thrust force generated by flow at a bend in a pipe for a surge pressure of 150 psi and a bend angle of 90 degrees is also presented on Plate 56 . In a horizontal bend, the thrust restraint develops capacity through passive resistance. The capacity can be calculated by multiplying the bearing area by the allowable passive resistance. If pipe can tolerate some joint extension, an allowable passive pressure of 800 psf for clays may be used for design, which includes a factor of safety of 3. In order for the block to be effective, it must be cast against undisturbed soil and the face of the block must be perpendicular to the direction of and centered on the line of action of the thrust. A properly designed thrust block can fail if the soil behind the block is disturbed by subsequent excavation or if an adjacent utility line, which is not capable of supporting the thrust loads collapses. In a vertical bend, the thrust restraint develops capacity through a gravity thrust block. In addition, the thrust restraint available for upward oriented thrust forces is limited to the weight of the thrust 10 block and soil above the thrust block. The minimum size of the block base can be determined by an allowable soil bearing pressure. We recommend using an allowable bearing pressure in accordance with section 6.2. We believe that a factor of safety of three is appropriate for piping systems, which are sensitive to extensions at the pipe joints . Frictional Resistance. The unbalanced force produced by grade and alignment changes can also be resisted by friction on the pipe. The length of pipe will be formed by tying or welding joints together for the distance required to develop adequate capacity or by encasing the pipe in concrete. The resisting frictional force, FR is computed as Where: f = Coefficient of friction between pipe and soil W e = Weight of soil over pipe in lb/ft Ww = Weight of contained water in lb/ft Wp = Weight of pipe in lb/ft The friction value depends on the material in contact with the pipe and the soil used in the backfill around the pipe. For pipe surrounded by compacted sand, crushed stone or coarse gravel, the friction between the pipe and soil may be based on a friction angle of 30 degrees . The allowable coefficient of friction, f, of 0.28 and 0.23 can be used for concrete and steel pipe, respectively. This value includes a factor of safety of 2.0 . The weight of soil above the pipe will depend on the soil unit weight and the pipe depth. For compacted soils used for backfill, a total unit weight of 130 pcf can be used. Tied joints are used to transmit thrust across joints. These ties may be welded or harnessed joints. Joints may be welded in the field in order to transmit the thrust involved. Information concerning types of harnessed joints available and size and pressure limitations can be obtained from the pipe manufacturers 7 UTILITY CONSTRUCTION CONSIDERATIONS 7.1 General This section is intended to address issues that might arise during construction. Our recommendations are intended for use as guidelines in dealing with particular soil conditions. The topics addressed in this section include trench excavation stability, groundwater control, open-cut construction and trenchless technique construction considerations. The recommendations contained herein are not intended to dictate construction methods or sequences . Instead they are provided solely to assist designers in identifying potential construction problems related to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the recommendations may also be useful to personnel who observe construction activity. 11 Prospective contractors for the project must evaluate potential construction problems on the basis of their review of the contract documents, their own knowledge of and experience in the local area, and on the basis of similar projects in other localities, taking into account their own proposed methods and procedures . 7.2 Boring. Jacking. or Tunneling Construction Considerations We understand that at some locations the pipeline will be installed using trenchless techniques . Three basic criteria exist for satisfactory construction. First, construction must be feasible which means that it is possible to advance the bore safely and to maintain the integrity of the bore opening at least temporarily. Second, the construction should not result in excessive damage to adjacent or overlying structures, streets, or utilities. Third, the long-term design objectives of the facility must be achieved. A summary of the construction conditions for the project is given below. Pipe Design. For pipes to be installed by trenchless techniques, whereby sections of pipe are jacked forward against the surrounding soil, pipes should be designed to resist significant bending moments, along with the jacking forces exerted on the pipe during installation. These loads generally exceed the overburden pressures that are typically determined based on the prism earth load to the ground surface, plus hydrostatic pressure and surcharge loads as shown on Plate 55. Therefore, pipes designed to resist construction loads during trenchless installation should have adequate strength for most long-term overburden and traffic loads . During design, allowance should be made for any external loads, other than soil and rock loads, which may be exerted on the pipe. These include loads from foundations for structures located near the water line and any possible future excavation to be performed near the water line. Much of the stability of the waterlines is due to the presence of relatively uniform stress conditions in the soil around the pipe. Relief of the earth loads on one side of the waterline due to subsequent adjacent excavation could cause an overstress of the pipe. Alignment. Constructability is determined to a large extent by the type of soil or rock. The best conditions are full-faced conditions. Situations that are more difficult are mixed face conditions where two different types of soil and rock, or two different types of rock are encountered in the excavation face simultaneously. These tunneling conditions should be avoided whenever possible. We do anticipate mixed face conditions at most of the bores at the proposed invert depths. Where mixed face conditions are encountered control of the grade of the face of excavation is more difficult to control, and local instability of the face of the excavation is more likely at and near locations where the boundary between two strata is exposed in the excavation. Face of Excavation Stability. The stability of the face is a function of the shear strength and stress- strain characteristics of the soil or rock, the overburden pressure, the geometry of the cross section, the time-dependent loss of strength, the delayed deformation of some soils, and the construction procedures. When the face consists of more than one kind of soil or rock, the stability of such a face may be assessed by analyzing the different materials independently. For the cohesive soil materials that may be encountered the stability of a face is determined by its existing undrained shear strength. The stability of the unsupported face of the excavation may be evaluated by a ratio of the overburden pressure divided by the undrained shear strength of the soil assuming atmospheric air pressure in the tunnel. This ratio is referred to as the Overload Factor, OF. Based on the measured soil properties, OF values were 3.0 or less. Generally, a design value for the overload factor of 4 or less is desirable in cohesive soils. A value of 4 represents a practical limit below which trenchless construction may be carried out without difficulties. Higher OF values will frequently lead to large deformations of the soil around and 12 ahead of the excavation, with the associated problem of increased subsidence and possible deformations. It should be noted; however, that exposure time of the face is most important. At the moment of excavation, negative pore pressures are generated. If the soil is left under the same conditions, the pore pressures will dissipate resulting in a reduction of shear strength. Thus, if a slow rate of advance is expected, a higher value of the OF must be used (or a reduced corrected value for the undrained shear strength). Fill material from road grading or in old utility trenches may be encountered. A potential for face instability exists where weak fill soils are encountered. The contractor should be aware of these conditions and make provisions to avoid loss of ground where fill is encountered. Loss of Ground. A properly designed and controlled operation can eliminate or reduce immediate soil movement and subsidence to a tolerable level. Nevertheless, some ground loss should be expected during trenchless operation. With good construction techniques, ground loss can be held to acceptable levels. Generally, pipes bored or jacked beneath pavement and buried utilities can be expected to create a loosened subgrade or bedding condition which may lead to subsequent deformations. Advance rate and excavation rate should be compatible to avoid over excavation or loss of ground in order to minimize deformations. Groundwater may be encountered during tunneling operation. We recommend that equipment providing positive support to the face, such as earth pressure balance equipment, be used when constructing this segment of the project. Large ground loss can result from uncontrolled flowing ground. The potential for such ground loss exists wherever water-bearing sands or silts are encountered along the alignment. Careful dewatering of such layers will reduce the potential for development of flowing conditions. These soils were not encountered, however, if they are encountered during construction tunneling should be halted and measures need to be taken to dewater the area . Ground Surface Movements. The zone of influence of a trenchless crossing extends a distance equal to the invert depth on each side of the centerline of the alignment. No building structures are anticipated to be in the zone of influence. The utility lines located adjacent to or crossing the alignment may experience movement caused by trenchless excavation. Settlement of the utility lines should be within acceptable limits provided good construction practices are followed. Long-term vertical movements caused by consolidation of the ground above the tunnel will occur if leakage into the liner or the sewer pipes impacts groundwater levels in the project area 7 .3 Open-Cut Excavation Considerations Excavations should satisfy two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Earth pressures for braced excavations are presented on Plate 57. Assessment of the need for excavation sloping, use of trench boxes or other measures required to provide a stable excavation, and the use of appropriate construction practices and/ or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in the Dallas area, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 13 1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations Shallower Than Five Feet. Trenches that are less than five feet deep should be appropriately protected when any indication of hazardous ground movement is anticipated. Based on the soil conditions revealed by the borings, all trenches shallower than five feet may be excavated with side slopes of one vertical to one and one-half horizontal. If there are any indications of sloughing during excavation, the side slopes should be flattened. Excavations Deeper Than Five Feet. Trenches that are deeper than five feet should be shored, laid back to a stable slope, or some other appropriate means of protection should be provided where workers might be exposed to moving ground or caving. The slopes may be constructed in accordance with Table B-1 and shoring may be constructed in accordance with Table C-1.1, Table C-1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types required by Table C-1.1, Table C-1.2 and Table C-1.3 (Trench Shoring -Minimum Timber Requirements) are given below: Boring Street Name OSHA Soil Type No. Depth of Trench (ft) 0-5 5-10 10-15 15-20 B-1 Athenia C B -- B-2 Athenia C B -- B-3 Athenia C C -- B-4 Athenia C B -- B -1 Fletcher B B -- B-2 Fletcher B B -- B-3 Fletcher B B -- B-4 Fletcher B B -- B-1 Goodman B B -- B-2 Goodman C --- B-3 Goodman B B -- B-4 Goodman B B -- B -1 Haskell C B - B -2 Haskell C B - B-1 Mattison B B - B-2 Mattison B B - B-3 Mattison B B - B-1 Hervie B B -- B-2 Hervie B B -- B-3 Hervie B B -- B -1 Lake Como C B B - B-2 Lake Como B B B - B-1 Curzon B B -- B-2 Curzon B B -- B-3 Curzon B B -- 14 Boring Street Name OSHA Soil Type No. Depth of Trench (ft) 0-5 5-10 10-15 15-20 B -4 Curzon B B -- B-1 Penticost B B -- B-2 Penticost B B -- B-3 Penticost B B -- B-1 Sanguinet C B -- B-2 Sanguioet B B -- B-3 Sanguinet B B B - B-1 Crestline B B - B-2 Crestline B C -- B-3 Crestline B B -- B-4 Crestline B B -- B-5 Crestline B B -- B-6 Crestline B B -- B-1 Dexter B B -- B-2 D exte r B B -- B-3 Dexter B B -- B-1 Frederick B B -- B-2 Frederick B B -- B-1 Sutter B B B - B -2 Sutter B B B - B-1 Washington B B -- B-2 Washington B B -- B-1 Clarke B B -- B-2 Clarke B B -- In general, it is our opuuon that the pressure distribution (for braced walls) should be used for design of sheeting or trench boxes . To reduce the potential for ground movement adjacent to the top of the excavation, the bracing should be preloaded in stages as the excavation is deepened. The detailed earth press ure diagrams are presented on Plate 57 . The planned construction will be performed along alignments near existing utility installations (either crossing or paralleling the new alignments). The contractors should be aware of potential excavation stability problems while working in the vicinity of old trenches and the excavation system should be designed to accommodate this weak material (trench backfill). The vertical walls of excavations should be located a safe distance from existing utilities in order to prevent moveme nt in the soil mass behind the excavation that may adversely affect the utilities . We recommend that the horizontal distance should be 4 feet for excavation depths of up to 10 feet . 7.4 Select Fill and General Eactbwack Recaroroendatians Select fill required to raise the grade or backfill should consist of lean silty or sa ndy clay with a liquid limit less than 40 a nd a plasticity index betwee n 7 and 20. Fill material that is used should be placed 15 \ in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 7.5 Groundwater Control Assessment of the need for groundwater control and installation of appropriate dewatering equipment is the contractor's responsibility. The following comments are intended to represent common solutions to groundwater control problems encountered in similar soil conditions in the Dallas area, and may not be construed as dewatering system design recommendations. A conventional pump and sump arrangement may be adequate if water bearing cohesive soils are encountered during trench excavations. Well points or eductors may be utilized to lower the groundwater level to at least three feet below the excavation level where water bearing cohesionless soils are encountered. Well points are generally not effective below about 15 feet beneath the top of the well point, and deeper dewatering requires deep wells with submersible pumps and eductors. Based on the subsurface soils encountered, we anticipate groundwater to be controlled using either pump and sump arrangement or well points. In any case, the groundwater control system used must provide a relatively dry, stable base for construction. However, it should be noted that groundwater conditions will change due to rainfall and seasonal changes. Control of groundwater should be accomplished in a manner that will preserve the strength of the foundation soils; will not cause instability of the excavation; and will not result in damage to existing structures. Where necessary to this purpose, the water will be lowered in advance of excavation by pump and sump arrangement, wells, well points, or similar methods. Open pumping should not be permitted if it results in boils, loss of fines, softening of the subgrade, or excavation instability. Discharge should be arranged to facilitate sampling by the owner's representative or engineer 8 PAVEMENT DESIGN RECOMMENDATIONS 8.1 Genera! We understand that the project will also involve the reconstruction of the pavement along the 16 different streets. 8.2 Moisture-Density Relationship Based on the results of a standard Proctor test reported in Appendix C, the maximum dry density (MDD) of the composite sample obtained from natural on-site soils was determined to be 103 pcf at an optimum moisture content (OMC) of 20 .2%. The composite sample was classified as dark gray and brown clay with sand. The plasticity index and liquid limit of the composite sample were 33 and 51, respectively. The percent passing No. 200 Sieve was 81. 8.3 CBR Vaine The results of a three-point laboratory CBR on the composite sample show CBR values of 0.58, 0.65 and 1.99% at 87.9, 93.3 and 103.7 pcf unit dry weights, respectively. A design CBR value of 1.2% is estimated at 95% of MDD. The results are presented in Appendix C. 8.4 Rigjd Pavement Section The recommendations presented in this report for the pavement design were developed in accordance with the "AASHTO Guide for Design of Pavement Structures", 1993 Edition. The design procedure for determining concrete slab thickness for rigid pavement is based on an 16 extension of the algorithms that were originally developed from the AASHTO Road Test. The categories required for the design of pavement includes: (a) design variables, (b) performance criteria, (c) pavement structural characteristics, (d) material properties for structural design, and (e) reinforcement variables . Parameters relative to these categories are discussed below. Traffic Load and Design Period. Based on City of Fort Worth Pavement Design Standards Manual 2005, and assuming the streets are classified as Residential Urban (high-volume), we have estimated a traffic loading of 875,000 ESAL (18-Kip equivalent single axle load). This estimate is based on annual ESAL of 35,000, a growth rate of 0%, and a design life of 25 years in accordance with the City of Fort Worth Pavement Design Standards Manual. Reliability: Level and Overall Standard Deviation . A reliability level (R) of 95 percent was selected for the pavement design performance. A mean value of the overall standard deviation (S o) was selected to be 0.35 for rigid pavement. Serviceability:. The serviceability of a pavement is defined as its ability to serve the type of traffic that uses the facility. The condition of the pavement after the performance period is characterized by a Terminal Serviceability Index (P J, which is a function of the pavement structure. We recommend that a Terminal Serviceability Index of 2.5 be used for all pavements. Since the time at which a given pavement structure reaches its terminal serviceability depends on traffic volume and the original or initial serviceability (Po), some consideration also must be given to the selection of P 0 • As obtained at the AASHTO Road Test, a P O value of 4.5 was selected. Drainage. The treatment for the expected level of drainage for a rigid pavement is through the use of a drainage coefficient, Cd. A Cd value of 1.2 was selected for good quality of drainage. We have assumed that gbod quality drainage will be used on this project. Load Transfer. The load transfer coefficient, J, is a factor used in rigid pavement design to account for the ability of a concrete pavement structure to transfer load across discontinuities, such as joints. Based on the values developed by AASHTO, a mean value of the load transfer coefficient 0) of 3. 2 was selected for the design of jointed reinforced concrete pavement with tied curbs. Loss of Support. This factor, LS, was included in the design of rigid pavement to account for the potential loss of support arising from sub base erosion and/ or differential vertical soil movement. An LS value of 1.0 was selected according to the AASHTO suggestion for the condition of stabilized soils beneath the pavement. Effective Modulus of Subgrade Reaction. Based on the California Bearing Ratio test result, we have estimated a subgrade resilient modulus of 1,800 psi. Based on the loss of support factor (LS) described previously (LS=l.O), an effective modulus of subgrade reaction (k) was found to be 61 pci. Concrete Elastic Modulus and Modulus of Ruphlre. A mean value of 600 psi for S'c was selected for the design . A value of 3.12 x 106 psi was used for the modulus of elasticity of the concrete (Ee) using the correlation recommended by the American Concrete Institute. Ee= 57,000(fc)0·5 Where, Ee= elastic modulus of concrete in psi and, fc = compressive strength of concrete in psi; a value of 3000 psi is used here. 17 '· 8.5 Rigid Pavement Thickness and Load Capacity Based on the above parameters, a minimum of 7 -inch thick concrete pavement is recommended for a 25-year design life period. In addition, we recommend that six inches of the subgrade soils be stabilized with 6% lime by dry weight if the subgrade soil is cohesive type (fat clays, sandy clays, lean clays, sandy lean clays ... ), or 2% lime and 8% fly ash by dry weight if the subgrade soil is cohesionless type (sands , clayey sands ... ). The 6% lime will be equivalent to 40 pounds per square yard. The 2% lime and the 8% fly ash will be equivalent to 10 and 40 pounds per square yard, respectively. The above amounts for stabilization are provided for estimation purposes . The exact amount of lime and fly ash should be determined by testing the exposed subgrade during construction. Reinforcing Steel Requirement: Longitudinal and transverse reinforcing steel is required to resist warping stresses in the pavement section and to hold pavement cracks that develop tightly closed. In addition, reinforcement is required at pavement joints in order to prevent deflections across the joint. Recommendations for reinforcement at pavement joints are described in the AASHTO Pavement Design Manual. The amount of longitudinal and transverse reinforcement required depends on the distance between pavement joints. Various bar sizes and spacings can be used to satisfy these reinforcement requirements, and the overall cross-sectional area of steel (A s) required per foot of slab width can be calculated as follows: Where: A =FLW s 2fs A s Required cross-sectional area of reinforcing steel per foot of width F Coefficient of resistance between slab and subgrade L Distance between free transverse joints or between free longitudinal edges, feet W Weight of pavement slab, psf fs Allowable working stress in the steel, psi Slab Length. This refers to the joint spacing or distance, L, between free transverse or longitudinal joints. Steel Working Stress. The allowable working stress (fs) in steel reinforcement is a value equivalent to 75 percent of the steel yield strength. Friction Factor. This factor, F, represents the frictional resistance between the bottom of the slab and the top of the underlying sub base or sub grade layer. Based on City of Fort Worth Pavement Design Standards Manual 2005, Friction Factors between pavement slab and material beneath slab shall be in accordance with Part II -Table 2.8 of the AASHTO Design Guide, except the friction factor for natural subgrade shall be no less than 1.0. Based on the values recommended by AASHTO, a friction factor of 1.8 can be used for the condition of stabilized soils beneath the pavement. Steel Requirements The design consultant should determine reinforcing schedule after the joint spacing (Lin the equation above) is determined. 18 Based on City of Fort Worth Pavement Design Standards Manual 2005, all rigid pavements shall be jointed reinforced concrete pavements QRCP) or continuously reinforced concrete pavements (CRCP). Only steel reinforcement will be allowed. No plain jointed concrete pavements QCP) will be allowed. Continuously reinforced concrete pavements (CRCP) will be allowed only if approved in advance in writing by the Engineer. Reinforcement for JRCP shall be designed in accordance with Part II -Section 3.4 of the AASHTO Design Guide, except maximum spacing for number 3 reinforcing bars shall be 24 inches center to center, and for larger bars the maximum spacing shall be 36 inches center to center. Reinforcement for CRCP (if CRCP is allowed by the Engineer) shall be designed in accordance with Part II -Section 3.4 of the AASHTO Design Guide, except transverse reinforcement shall have a maximum spacing for number 3 reinforcing bars of 24 inches center to center, and for larger bars the maximum spacing shall be 36 inches center to center. 8.6 Preparation of Subgrade The subgrade soils along the pavement alignment generally consist of both cohesive and cohesionless soils . We recommend that at least six inches of the subgrade be stabilized. Stabilization of the subgrade should increase the modulus of subgrade reaction and provide subgrade stability for construction during inclement weather. In addition, subgrade stabilization should enhance long-term pavement performance by reducing the tendency of the soil to displace by pumping. We recommend the following procedures for subgrade preparation. 1 . Clear the existing pavement section. 2 . Strip the surface soil to suitable depths. In areas where soft, compressible or loose soils are encountered, additional stripping may be required . Stripping should extend a minimum of two feet beyond the edge of the proposed pavement where possible. 3. Surfaces exposed after stripping should be proof-rolled in accordance with TxDOT Standard Specification Item 216 or equivalent City of Fort Worth specification. If rutting develops, tire pressures should be reduced. The purpose of the proof-rolling operation is to identify any underlying zones or pockets of soft soils and to remove such weak materials . 4 . Before stabilizing the subgrade, scarify the upper eight inches of exposed surface as required, mix with lime if subgrade soils are cohesive or lime and fly ash if subgrade soils are cohesionless, and compact it to 95 percent of standard proctor maximum dry density (ASTM D698). The amount of lime or lime and fly ash shall be determined for subgrade soils by conducting laboratory tests on the exposed subgrade material during construction. 9 MONITORING 9 .1 Excava tiao Safety As required under OSHA regulations, the contractor should provide a "competent person" to inspect trench excavations daily before the start of work, as needed during the shift, and after every rainstorm or other hazard increasing occurrence. When the competent person finds evidence of a hazardous condition, exposed workers should be removed from the hazardous area until the necessary precautions have been taken to ensure their safety . A competent person means one who is capable of identifying existing and predictable hazards in the surroundings or working conditions 19 which are unsanitary, hazardous or dangerous to workers, and who has authorization to take prompt corrective measures to eliminate them. 9.2 Construction Materials Testing We recommend that backfill be monitored by an accredited testing laboratory to verify that construction is performed in conformance with project specifications. HVJ Associates routinely provides these services and would be pleased to do so for this project. 10 DESIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations and design criteria presented herein have been properly interpreted. 11 LIMITATIONS This investigation was performed for the exclusive use of Stream Water Group Inc. for the proposed 2007 CO Program Contracts 7A through 7G, Council District 7 Project in Fort Worth, Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further investigation and supplemental recommendations can be provided. 20 t 9200 Kinll. Atthw Dr. Dallas, TX 75247 214-678-0227 214-678--0221 Fu AUOC IATtS ___ ~-------------,-------------tl DATE: 01/15 /2009 APPROVED BY : FF SITE VICINITY PLAN 2007 CO Program PREPARED BY : DK PROJECT NO .: DRAWING NO .: PLATE I DG0810320 t DATE : 01/15/2009 9200 Kine: Arthur Dr. Dallas.TX 7.52 47 2 14-678-0227 214-678--0228 Fax APPROVED BY : FF GEOLOGY MAP 2007 CO Program PREPARED BY : DK PROJECT NO .: DRAWING NO.: DG0810320 PLATE 2 LEGEND: ~ APPROXIMATE BORING LOCATIONS nOO KinR Arthur Or. Dallas. TX 75247 214 -678-0227 214-678-0228 Fax APPROVED BY: PREPARED BY : DATE: 01/14/2009 FF DK PLAN OF BORINGS 2007 CO Pro11Jam -Crestline Street PROJECT NO .: DRAWING NO .: DG0810320 PLATE 3-K l / - ) J LEGEND: 0 APPROXIMATE BORING LOCATIONS noo Kine. Arthur Dr Da llas , TX 75247 . 21 4-678-0227 214-678-0228 Fax DATE: 01/15/2009 APPROVED BY : PREPARED BY: FF DK PLAN OF BORrNGS 2007 CO Program -Dexter A venue PROJECT NO.: DRAWING NO .: DG0810320 PLATE 3-L LEGEND: " APPROXIMATE BORING LOCATIONS ~200 Kin sr. AlthLS" Or. Dallu,. TX 73247 21 4~78-0227 2 14-678-0228 Fax DATE : 01/15 /2009 APPROVED BY: PREPARED BY : FF DK PLAN OF BORINGS 2007 CO Program -Frederick Street PROJECT NO .: DRAWING NO .: DG0810320 PLATE 3-M LEGEND: ~ APPROXIMATE BORING LOCATIONS noo Kine AnhlA" Dr . Da llas, TX 75247 21 4-678-0227 21 4-678-0228 fax DATE: 01/15/2009 APPROVED BY : PREPARED BY : FF DK PLAN OF BORINGS 2007 CO Program -Sutter Street PROJECT NO .: DRAWING NO .: DG0 8 10320 PLATE 3-N LOG OF BORING Project: 2007 CO Program Crestline Rd . Boring No .: B-1 Date : 11/12/2008 Northing : -- Easting : -- Groundwater during drilling: --- Groundwater after drilling: ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w <.'J> zw iiiiii Ulo <(O c..N ~ U) zu. WU Oc.. > Project No .: DG0810320 Elevation : Station: - Offset: - SHEAR STRENGTH, TSF • • • )K 0 .5 1.0 1.5 2 .0 ~d z a:: 0 MOISTURE O CONTENT,% t-----~-------1-------------------r--t---1 PLASTIC LIMIT t------i LIQUID LIMIT ii'. ~ w z :::; .... V) w °' (.) 0 N 8 !!! 8 (!) z ii': 0 m ..J 0 V) 0 5 10 15 20 Shear Types : : :t~~e:AA.~t. ~~:::::::::::: :::: :: : : : : :: : : : : : : :: : :: :: : : : : : : ::::::::::: CONCRETE4" · · stiil ·to ·very ·suit: ·6i-owri : ·iaii arid ·9ray· LEA~i ci..A v · · · · · · · · (CL) -w/ boulders 2'-4' -wl limestone pieces below 4' THD 50/0.5", Tan and gray LIMESTONE 50/0.5" • = Hand Penet. • = Torvane A = Unconf. Comp . ~ See Plate 3-K for boring locat ion. 8 .... .__ _________ _ 10 20 30 40 50 60 70 80 90 ' ' ' * = UU Triaxial ----PLA_T_E-36 __ ___.I ~--· , 0.. ~ w z :::; I-m w a:: 0 0 :::! 0 ij g C, z ii: 0 a, J LOG OF BORING Project: 2007 CO Program Crestline Rd . Boring No.: B-2 Date: 11/12/2008 Northing: -- Easting: -- Groundwater during drilling : --- Groundwater after drilling: ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w e>> zW iiiui U) 0 <(O Q.N )-r iii zu. W(.) 00.. )- Project No.: DG0810320 Elevation : Station: -- Offset: -- SHEAR STRENGTH , TSF • • • )K 0 .5 1.0 1.5 2.0 ~cj z a:: 0 MOISTURE O CONTENT, % 1------'---------+-------------------+--+----i PLASTIC LIMIT 1------1 LIQUID LIM IT 10 20 30 40 50 60 70 80 90 0 ::;;~p):~A.~i .~"··· ....................................................................................... . CONCRETE6" · · stitt: tiiri · iiri<i browii "i..°EAN ·cl>. '((c"t:.fwi same · sarici · · · · · · and gravel (Possible Fill) ' I + I I 58 119 I I ~ 5 \ \ \ 0 10 15 20 Shear Types : • = Hand Penet. • = Torvane .A. = Unconf. Comp. * = UU Triaxial § .. I _s_e_e_P_l_a_te_3_-_K_fo_r_b_o_r_in_g_location. PLATE 37 LOG OF BORING Project: 2007 CO Program Crestline Rd . Boring No.: B-3 Date: 11/12/2008 Northing: -- Easting : -- Groundwater during drilling: --- Groundwater after drilling: - ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w CJ> zw iiiiii (l)o <(o O.."' ~ iii zu. W(J Co.. >- Project No.: DG0810320 Elevation: Station : -- Offset: - SHEAR STRENGTH, TSF • • • )I( Q5 1~ 1~ 2~ ;f/-0 z a: 0 MOISTURE O CONTENT, % 1----~-------i---------------------f---t----f PLASTIC LIMIT 1---1 LIQUID LIMIT -, 0.. C> ---w z :; lii w I<: 0 0 ~ 0 ij 8 C> z ii: 0 ID ...J 5 u, u. 0 8 -o -5 -10 -15 -20 Shear Types : THO 50/0.25", 50/0" THO 50/0 .25", 50/0.25" .. Asi:>i:tALi s.; ..................................................... . . . i an 'UMEstC)NE . Wi Sf1t ·searr,s . . . . . . . . . . . . . . ............... . • = Hand Penet. • = Torvane _. = Unconf. Comp . See Plate 3-K for boring location. -'~---------- 10 20 30 40 50 60 70 80 90 () 0 * = UU Triaxial PLATE 38 { l -, Q. q w z ::; ti w oc 0 0 ~ 0 ~ 8 l') z ir' 0 a, LOG OF BORING Project: 2007 CO Program Crestline Rd . Boring No.: B-4 Date: 11/12/2008 Northing: -- Easting: -- Groundwater during drilling: --- Groundwater after drilling: ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w C!>> zw iiiiii en o <( 0 Q. N >-I- iii z u. WU oa. >-0:: Project No.: DG0810320 Elevation : Station : -- Offset: - SHEAR STRENGTH , TSF • • .. )K 0 .5 1.0 1.5 2.0 ~cj z Q MOISTURE O CONTENT , % ~---.,__-------1-------------------+--t----iPLASTIC LIMIT 1----------i LIQUID LIMIT 0 10 15 20 Shear Types: : ·A~P..HA(i:'.f$."·.·.· ......................................................................................... . Stiff to very stiff, tan and gray FAT CLAY (CH) w/ silt and limestone pieces • = Hand Penet. • = Torvane & = Unconf. Comp. 106 94 10 20 30 40 50 60 70 80 90 * = UU Triaxial \ \ § ... I _s_e_e_P_la_t_e_3_-_K_f_o_r _bo_r_in_g_location. PLATE 39 b C) -; > r -, 0.. ~ w z ::::; t-en w Q'. u 0 N <') 0 ij 8 C) z ii': 0 m _, 6 en IL 0 C) 0 LOG OF BORING Project: 2007 CO Program Crestline Rd. Boring No .: B-5 Date: 11/12/2008 Northing : -- Easting: -- Groundwater during drilling: --- Groundwater after drilling: ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w c.,> zw iiiiii (l)o <(O 0..N >-1- iii ZLL WO 00.. >- Project No.: DG0810320 Elevation: Station: -- Offset: - SHEAR STRENGTH , TSF • • • * 0 .5 1.0 1.5 2.0 ~d z 0: 0 MOISTURE O CONTENT, % r.-----~-------1-------------------...--+-----< PLASTIC LIMIT 1----------i LIQUID LIMIT 0 5 10 15 20 Shear Types: 10-9-17 10-12-22 THO 50/0.75", 50/0.25" ::Asi::•i:tAi.:i':fs"· ................................................. .. siit't ic, veri stlH: ia'ri ·a'rici' tirown ·i: At ci.:Av <ciij ·wi · · · · · some sand and calcareous nodules -w/ limestone layers below 2 .5' "i'an °UMESTONE°"" ............ " ...... " ......... "" ... """ • = Hand Penet. • = Torvane .A. = Unconf. Comp . See Plate 3-K for boring location. 10 20 30 40 50 60 70 80 90 0 ' ' * = UU Triaxial ' _,.__ _________ _ ____ P_LA_T_E_4_o __ _.r b ~ > I o.' ~ w z :J I- V) w "' u 0 N .., 0 q 8 C) z i'i: 0 (D LOG OF BORING Project: 2007 CO Program Crestline Rd . Boring No.: B-6 Date: 11/12/2008 Northing: -- Easting : -- Groundwater during drilling : --- Groundwater after drilling: ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION UJ (!)> z UJ ciiiii U) 0 <(o a_N >-1- iii Zu.. UJ (.) oa. >- Project No.: DG0810320 Elevation: Station : -- Offset: - SHEAR STRENGTH , TSF • • • )I( 0 .5 1.0 1.5 2.0 ~d z a: 0 MOISTURE O CONTENT, % 1------'--------+-------------------+--+-----lPLASTIC LIMIT 1------1 LIQUID LIMIT 0 10 15 20 Shear Types: 7-4-5 THO 50/1", 50/0 .5" : )~f·~.(ft·.·.· .· _. .· .·.· .· .·.-.· _. .-.-.-.-_._. _. _._._. _. _. _._._. .-.· _. _. .· _. _. .-.· _. _.. _. _. _. .-.· .· _._. _._. _. _. ... Stiff to very stiff, tan and brown LEAN CLAY (CH) w/ hard limestone layers • = Hand Penet. • = Torvane • = Unconf. Comp. 10 20 30 40 50 60 70 80 90 I I I I I I I I I I * = UU Triaxial I I I • ~l.___s_e_e_P_la-te_3_-K_fo_r_b_o_r_in_g_location. PLATE 41 -, Q. ~ a: w 1- )( w 0 0 N "' 0 ;;; C/ 8 Cl z ii: 0 a, ..... 5 (/) u. 0 g Project: 2007 CO Program Dexter St. Boring No.: B-1 Groundwater during drilling: --- Groundwater after drilling: LOG OF BORING Date : 11/13/2008 Northing: - Easting : -- ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w C>> zw ciicii cno <(O ll_N >-1- cii zu. W(.) Oil. >- Project No.: DG0810320 Elevation: Station: -- Offset: - SHEAR STRENGTH , TSF • • • * 0 .5 1.0 1.5 2 .0 #-0 z a: 0 MOISTURE O CONTENT, % '----~-------t-------------------+--t----1 PLASTIC LIMIT 1---i LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 . ·AsF>HAi.:i' 5" ..................................................... . · · soti"io · vaii siiit: · iirowri· i.:EAt".i cuv" tci."i · · · · · · · · · · · · · · · · · · · ..... ..... -w/ limestone pieces below 2' 10-10-12 5 12-9-17 10 15 20 Shear Types: • = Hand Penet. • = Torvane A = Unconf. Comp . * = UU Triaxial See Plate 3-L for boring location . PLATE 42 L------------r ~ Q_ (!) a:: w 1- )( w 0 0 N M $' q 8 (!) z ii: 0 co Project: 2007 CO Program Dexter St. Boring No.: B-2 Groundwater during drilling : --- Groundwater after drilling: - LOG OF BORING Date: 11/12/2008 Northing : -- Easting : -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION UJ (!)> z UJ ;;;iii C/lo <( 0 a."' ~o >-1- iii Zu.. UJ () oa. >- Project No.: DG0810320 Elevation : Station: -- Offset: - SHEAR STRENGTH. TSF • • • )K 0.5 1.0 1.5 2.0 z a:: 0 MOISTURE O CONTENT. % t----~-------1-------------------+--t-----i PLASTIC LIMIT 1-----l LIQUID LIMIT -o -s -10 -1 5 -20 Shear Types: THO 50/1 .5", 50/0.75" THO 50/0.75", 50/0 .25" THO 50/0 .25", 50/0.25" .. ASF>HALi' j,; ................................................... . ··rantiMESt6NE 'WiS f1t ·1ayers ································ • = Hand Penet. • = Torvane • = Unconf. Comp. 10 20 30 40 50 60 70 80 90 10 lo * = UU Triaxial § ... I _s_e_e_P_l_at_e_3_-_L_fo_r_b_o_r_in_g_l_ocation . PLATE 43 -, Q. ~ Q'. w I- ~ lil "' 0 ij 8 CJ z ii:' 0 a, -' 0 "' IL 0 8 Project: 2007 CO Program Dexter St. Boring No.: B-3 Groundwater during drilling: --- Groundwater after drilling: LOG OF BORING Date: 11/12/2008 Northing: -- Easting: - ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w Cl> zw iiiiii Cl)o <(O Q.N ~ iii Zu. WU OQ. >- Project No.: DG0810320 Elevation: Station: - Offset: - SHEAR STRENGTH, TSF • • • )I( 0.5 1.0 1.5 2.0 ~() z a:: 0 MOISTURE O CONTENT, % 1-----..__-------1-------------------+--l----4 PLASTIC LIMIT 1----------1 LIQUID LIMIT 0 .. ASF>i:tALt s" ..................................................... . . . Stiff ·to ·very ·stft( tan· and ·1:,rown· LEAti CLAY. (Ci..")' Wi ..... . some sand and limestone pieces -hard limestone layer 2 .5'-3.5' 5 THO 50/1 .5", -hard limestone layer at 5' 50/0.75" 10 15 20 Shear Types: • = Hand Penet. • = Torvane .&. = Unconf. Comp . See Plate 3-L for boring location. 10 20 30 40 50 60 70 80 90 ' I I .. • ' I ' I I I • \ \ \ I I * = UU Triaxial PLATE 44 _,,__ _________ _ r ' b (!) -; > I ci'. (!) ;z (.) ii': w 0 w "' u. 0 "' M 0 ij 8 (!) z ii': 0 "' Project: 2007 CO Program Frederick St. Boring No .: B-1 Groundwater during drilling : --- Groundwater after drilling: -- LOG OF BORING Date : 11/12/2008 Northing : -- Easting: -- ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION UJ C, > zW cijcii C/lo <( 0 Q. N ~ iii ZLL UJU on. >- Project No .: DG0810320 Elevation: Station : -- Offset: -- SHEAR STRENGTH , TSF • • ... )K 0 .5 1.0 1.5 2.0 ~o z a: a MOISTURE O CONTENT, % 1-------'---------l--------------------+--+-----l PLASTIC LIMIT f------1 LIQUID LIMIT -o -5 -10 -20 Shear Types: THD 50/5", 50/3 .5" THD 50/1 .5", 50/1" THD 50/0 .25", 50/0 .25" :-A~P.HAl,.:l'..1~ ................................................... · .. ·. ROAD BASE 3" · "i:iQtit"tan tiMEstc>NE . ·wi c1ay·sea"ms· · · · · · · · · · · · · · · · · · · · · • = Hand Penet. • = Torvane A = Unconf. Comp. 10 20 30 40 50 60 70 80 90 * = UU Triaxial ~I .... _s_e_e_P_la_t_e_3_-_M_f_o_r_b_o_ri_n_g_location . PLATE 45 l:i (!) > I ~ (.? -' "" u QC UJ 0 UJ 0:: ~ 0 N "' 0 ij 8 (.? z QC 0 m _J 5 (/) u.. 0 § Project: 2007 CO Program Frederick St. Boring No.: B-2 Groundwater during drilling: -- Groundwater after drilling: - LOG OF BORING Date: 11/12/2008 Northing : -- Easting: -- ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w CJ> zw iiiiii C/lo <o a_N >-1- iii zu. wu ca.. >-a: Project No.: DG0810320 Elevation : Station : -- Offset: - SHEAR STRENGTH, TSF • • • )K 0 .5 1.0 1.5 2.0 ~o z C MOISTURE O CONTENT, % 1-----.L-------~1-------------------+---t---i PLASTIC LIMIT 1----1 LIQUID LIMIT -o ~s 1-10 ~20 THD50/5", 50/4 .5" THD 42/6", 50/4" THD 50/1", 50/0.75" '·:AsF>HALi' 1"· ................................................... ·.· ·. ROAi:>° BASE. s·; ................................................ ·· Iiiitii ·tan· u;.;i::sfoNe ·w/ c1ay ·seams · · · · · · · · · · · · · · · · · · · · · · Shear Types: • = Hand Penet. • = Torvane .A. = Unconf. Comp . See Plate 3-M for boring location . L----------- 10 20 30 40 50 60 70 80 90 * = UU Triaxial PLATE 46 "' ! I- 0 (!) ~ I -, a. (!) er w I- I-:, (/) 0 N M 0 .; 'i' (.? 0 (.? z ii: 0 al Project: 2007 CO Program Sutter St. Boring No .: B-1 Groundwater during drilling : 8 feet Groundwater after drilling: LOG OF BORING Date: 11/12/2008 Northing : -- Easting : -- ELEV. DEPTH. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION FEET UJ C>> zUJ win cno <(O a."' >-I- iii zu. UJU on. Project No.: DG0810320 Elevation : Station: -- Offset: -- SHEAR STRENGTH, TSF • • • * 0 .5 1.0 1.5 2.0 ~cj z >-a: a MOISTURE O CONTENT, % 1-------"---------+--------------------+---+----1 PLASTIC LIMIT ~ LIQUID LIMIT 0 5 10 15 20 Shear Types : THO 36/6", 50/1.75" THO 50/0.75", 50/0.25" :.·Asi:>i:tALi2"·· ..................................... ··············. i=1(L ·10": dayey· saiici"wi"grave"i" ......................... . · · LiQtit"tar; LiMEStONi( ·w1 ciay ·seams · · · · · · · · · · · · · · · · · · · · · · · THO 18/6", Very stiff, light tan FAT CLAY (CH) w/ limestone 23/6" pices Tan LIMESTONE w/ clay seams THO 50/0 .75", 50/0.25" THO 50/3 . 75", 50/0.5" 27 • = Hand Penet. • = Torvane A = Unconf. Comp . 10 20 30 40 50 60 70 80 90 0 * = UU Triaxial §I See Plate 3-N for boring location . PLATE 47 Project: 2007 CO Program Sutter St. Boring No.: B-2 Groundwater during drilling : --- Groundwater after drilling : LOG OF BORING Date: 11/12/2008 North ing: -- Easting: -- ELEV. DEPTH. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION FEET UJ CJ> zw iiiiii (/)O <( 0 0..<'< ~ iii zu. UJU Co.. >-a:: Project No .: DG0810320 Elevation: Station: -- Offset: - SHEAR STRENGTH, TSF • • • )K 0 .5 1.0 1.5 2.0 #-0 z C MOISTURE O CONTENT, % 1------'---------1--------------------1--1----1 PLASTIC LIMIT 1----l LIQUID LIMIT -, a.. (!) 0:: w .... ~ (J) ~ 0 ~ Cl 0 5 10 15 20 THO 11/6", 14/6" THO 50/4 .5", 50/2" .. AsriHAi:i' 2" ..................................................... . · · siitt." ciaii< ·i;i-owri · ·r:kt ·ci>. v ·ccii> ·wi some· sanci · aii,1 · · · · · gravel (Possible Fill) .. Light "tan UMESTONE "wi clay· s"ea"riis" ....................... . ··very stiff: i>rowii · ·i:;;. r cuv (CH> ·w1 iiriiesione· · · · · · · · · · · · · pieces THO 40/6", ··Light ·tan ·uMesfoNe .. · · · · · · · · · · · · · · · · · ·· · · · · · · · · · · · · · · · · · · · · · · 50/5 .75" THO 35/6", 27/6" Very stiff, brown and light tan FAT CLAY (CH) -gray limestone pieces at 15' -shaley below 16' 49 z ii: 0 a, ....I Shear Types: • = Hand Penet. • = Torvane • = Unconf. Comp. 0 (J) ~ See Plate 3-N for boring location . 8 ..... .__ _________ _ 10 20 30 40 50 60 70 80 90 0 100 * = UU Triaxial ____ P_LA_T_E_4_8 __ __.r · I SOIL SYMBOLS SAMPLER TYPES Soil T:ti:ies I Thin Walled l2l No Recovery ~ ffiill] [IIIl ~ Shelby Tube Clay Silt Sand Gravel ~ Split Barrel [I Auger Modifiers ~ • CJ ·:e:~: I] Liner Tube B Jar Sample • s .i Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS Ll 'I -~ "',1 I J I\ I\ I\ =-Groundwater level determined during ~:11~, I\ I\ I\ drilling operations I\ I\ I\ Asphaltic Stabilized Fill or Portland Groundwater level after drilling in Concrete Base Debris Cement ~ open borehole or piezometer Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No . (U .S . Standard) Clay < 0 .002 mm < 0 .002 mm Silt 0 .002 -0 .075 mm 0.002 mm -#200 sieve Sand 0 .075 -4 .75 mm #200 sieve -#4 sieve Gravel 4 .75 -75 mm #4 sieve -3 in . Cobble 75 -200 mm 3 in . -8 in . Boulder > 200 mm > 8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS 3/6 50/4" 0/18" Descriptive Term Very Loose Loose Medium Dense Dense Very Dense Penetration Resistance "N" * Blows/Foot 0-4 4 -10 10 -30 30 -so > 50 Consisteng, Very Soft Soft Firm Stiff Very Stiff Hard PENETRATION RESISTANCE Blows required to penetrate each of three consecutive 6-inch increments per ASTM 0-1586 * If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted Sampler penetrated full depth under weight of drill rods and hammer Undrained Shear Strength (tsf) 0 -0.125 0 .125 -0.25 0 .25 -0 .5 0.5 -1.0 1.0 -2 .0 > 2 .0 * The N value is taken as the blows required to penetrate the final 12 inches Slickensided Fissured Inclusion Parting Seam Layer Laminated Stratified TERMS DESCRIBING SOIL STRUCTURE Fracture planes appear polished or glossy, sometimes striated Breaks along definite planes of fracture with little resistance to fracturing Small pockets of different soils, such as small lenses of sand scattered through a mass of clay Inclusion less than 1/4 inch thick extending through the sample Inclusion 1/4 inch to 3 inches thick extend ing through the sample Inclusion greater than 3 inches thick extend ing through the sample Soil sample composed of alternating partings of different so il type Soil samp le composed of alternating seams or layers of different soil type Intermixed Calcareous Ferrous Nodule Soil sample composed of pockets of different soil type and laminated or str atified structure is not evident Having appreciable quantities of calcium carbonate Having appreciable quantities of iron A small mass of irregular shape 9200 Kin e Arth...-Dr. Dallas, TX 75247 214-6 78 -0227 214-678-0228 Fax KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PROJECT NO .: I DRAWING NO.: DG08!0320 PLATE 53 ROCK TYPES m Limestone rn Shale CJ] Sandstone m Weathered m Weathered ~ Weathered Limestone Shale Sandstone m Highly Iii Dolomite ~ Granite Weathered Limestone SOLUTION AND VOID CONDITIONS Void Cavities Interstice; a general term for pore space or other openings in rock. Small solutional concavities. Friable Low Hardness Moderately Hard Very Hard SAMPLER TYPES I Thin-Walled OJ Rock Core Tube rgJ Standard B Auger Sample Penetration Test ~ THO Cone I] Bag Sample Penetration Test HARDNESS Crumbles under hand pressure Can be carved with a knife Can be scratched easily with a knife Cannot be scratched with a knife Vuggy Containing small cavities. usually lined with a mineral of different composition from that of the surrounding rock. WEATHERING GRADES OF ROCKMASS (ll Vesicular Containing numerous small. unlined cavities. formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pores. interstices. or other openings which may or may not interconnect. Cavernous Containing cavities or caverns. sometimes quite large . Most frequent in limestones and dolomites. Slightly Moderately Highly Completely Residual Soil JOINT DESCRIPTION SPACING Very Close Close Medium Close Wide REFERENCES : <211 2"-12 " 12"-3' >3' INCLINATION Horizontal Shallow Moderate Steep Vertical (1) British Standard (1981) Code of Practice for Site Investigation. BS 5930 . (2) The Bridge Div .• Tx . Highway Dept. Foundation Exploration & Design Manual, 2nd Division. revised June. 1974. 0-5 5-35 35-65 65-85 85-90 Discoloration indicates weathering of rock material and discontinuity surfaces. Less than half of the rock material is decomposed or disintegrated to a soil . More than half of the rock material is decomposed or disintegrated to a soil. All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and material fabric are destroyed . SURFACES Slickensided Smooth Irregular Rough Polished. grooved Planar Undulating or granular Jagged or pitted BEDDING THICKNESS C2 > Very Thick Thick Thin Very Thin Laminated Thinly Laminated 9200 IC.m a Atth\a' Or. Dallas, TX 75247 2 14-678-0227 214-673-0221 Fax >4' 2'-4' 2"-2' 1/2"-2" 0 .08"-1/2" <0 .08" KEY TO TERMS AND SYMBOLS USED ON BORING LOGS Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures . The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated. and may vary with time. geologic condition or construction activity. PROJECT NO .: I DRAWING NO .: DG0810320 PLATE 54 ..-, For For For Dw ~ H P 1 = 7 Dw+(H-Dw)(7-1w)+Ps +(H-Dw)1w P 2 -(7 Dw+(H-Dw){7-1w)+~]K0 +(H__;Dw)1 w P3 = [1Dw+(H+W-Dw)(1-7w)+PsJK 0 +(H+W-Dw)7w P 4 = 1 Dw+(H+W-Dw)(7-1w)+Ps +(H+W-DwPw Where H < Dw < H+W pl' p2' p3 = Pressure imposed on pipe, psf Depth of groundwater, feet Depth of top of pipe P1 H7+Ps = - P2 = (7H+Ps )K 0 P3 = [1 Dw+(H+W-Dw)U-1w)+Ps)K 0 +(H+W-DwPw P4 = 1 Dw +(H+W-°w)(7-1w)+I;+(H+W-Dw)1w Dw ~ (H+W) P1 = H7+Ps - P2 = (7H+Ps )K 0 P3 = [(H+W)1+~K0 P4 = (H+W)HPs Dw = H = w = 1 = 1w = PS = Ko = from ground surface, feet Diameter of pipe, feet Total Unit weight of soil, pcf Unit weight of water, pcf Surcharge load, psf Coefficient of earth pressure, ( 1.0 for clays and 0 .5 for sands) 9200 Kin g Arthur Dr. Dallas, Texas 75247 214 .678 .0227 Ph )14 ,<;'7 SI: 0?7R F'n DATE: 01/16 /2009 APPROVED BY: PREPARED BY: FF DK RIGID PIPE LOADS PROJECT NO.: DRAWING NO.: DG08l0320 PLATE 55 PA V Where : T Tx Ty p A 0 !:J. V D Sample Given: Find: e TXTL _ X ·- D. Tx = PA (1-cos 0) Ty = PA sin 8 T = 2 PA sin 8/2 Ty T !:J. = (90-8/2) I is the resultant force on the bend. is the component of thrust force in x-direction. is the component of thrust force in y-direction . is the maximum sustained pressure. is the pipe cross-sectional area . is the bend deflection angle. is the angle between T and X-axis . is the fluid velocity. is the inside diameter of conduit. Calculation: p = A = T = = TX = = Ty = = 150 psi, D = 1.0· = 12" For: 8 = go • (7T D 2) /4 = 113.1 in2 2 PA sin0/2 = 2 X 150 23,299 lb = 24.0 kips PA (1-cos 0) = 150 X 16,969 lb = 17 .0 kips PA sin 8 = 150 X 113.1 16,969 lb = 17.0 kips X 113.1 X sin (90 °/2) 113 .1 X ( 1-cos go ·) X sin (90°) DATE: 01/16/2009 9200 King Arthur Dr. Dallas, Texas 75247 214 .678 .0227 Ph 214 .671il .0221il Fax AP PROV ED BY: FF PREP AR ED BY: DK THRUST FORCE ACTING ON A BEND PROJECT NO .: D RA WI NG NO .: DG0810320 PLATE 56 Uniform Surcharge Piezometric Groundwater Level Existing Ground Surface Excavation Side Wall Excavation Bottom H, (ft) = Depth to Excavation Bottom S, (psf) = Surcharge loading adjacent to Excavation wall Dw, (ft) = Depth to groundwater below Existing grade = Zero for temporary excavation Hs, (ft) = Equivalent Depth of surcharge loading Hs = s 120 Note: The pressure diagram shown is not appropriate for design or c antil e ve r wa lls . _l_ Hs H 0 .25 (H+Hs) -------.t 0 .50 (H+Hs) ----.-t 0 .25 (H+Hs) Lateral Earth Pressure, P P= K~ (H+Hs) K = Lateral Earth Pressure coefficient Dw Hydrostatic Water Pressure, Pw Pw= ~ w (H-Dw) (Clay -0 .5 for short term (Ka), 1.0 for Jong term condition (Ko)) (Sand -0.3 for short term (Ka), 0.5 for Jong term condition (Ko)) ~ (pcf) = Total unit weight above water table ~ w, (pcf) or submerged unit weight below groundwater level = Unit weight of water = 62.4 pcf 9200 King Arthur Dr. Dallas, Texas 75247 214.678 .0227 Ph 214.678.0228 Fax DATE : 01 /16/2009 A PPROVED BY: PREPARED BY : FF DK BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM PROJECT N O .: DRAWING NO.: DG0810320 PLATE 57 APPENDIX A SULFATE, CHLORIDE AND pH TEST RESULTS Anacon, Inc. CLIENT: Lab Order: Project: Lab ID: HVJ Associates 0812151 PO# DA-08-10320 0812151-006 Date: 29-Dec-08 Client Sample ID: B-2 (1-2) Crestline Collection Date: 12/12/2008 Matrix: SOLID Analyses Result Limit Qual Units DF Date Analyzed Analyst: KK 12/23/2008 12/23/2008 ANIONS BY ION CHROMATOGRAPHY Chloride ND 9 .64 Sulfate PH pH Qualifiers: 8 .10 ND -Not Detected at the Reporting Limit J -Analyte detected below quanititation limits B -Analyte detected in the associated Method Blank * -Value exceeds Maximum Contaminant Level E300 2 .54 1 .42 9045C 0 mg/Kg mg/Kg pH Units Analyst: MS 12/17/2008 S -Spike Recovery outside accepted recovery limits R -RPO outside accepted recovery limits E -Value above quantitation range Page 6 of 14 Anacon, Inc. CLIENT: Lab Order: Project: Lab ID: HVJ Associates 0812151 PO# DA-08-10320 0812151-007 Date: 29-Dec-08 Client Sample ID: B-6 (1-2.5) Crestline Collection Date: 12/12/2008 Matrix: SOLID Analyses Result Limit Qual Units DF Date Analyzed Analyst: KK 12/23/2008 12/23/2008 ANIONS BY ION CHROMATOGRAPHY Chloride ND ND Sulfate PH pH Qualifiers: 8 .09 ND -Not Detected at the Reporting Limit J -Analyte detected below quanititation limits B -Analyte detected in the associated Method Blank • -Value exceeds Maximum Contaminant Level E300 2 .54 1.42 9045C 0 mg/Kg mg/Kg pH Units Analyst: MS 12/17/2008 S -Spike Recovery outside accepted recovery limits R -RPD outside accepted recovery limits E -Value above quantitatioo range Page 7 of 14 Anacon, Inc. CLIENT: Lab Order: Project: Lab ID: HVJ Associates 0812151 PO# DA-08-10320 0812151-014 Date: 29-Dec-08 Client Sample ID: B-1 (0.5-2) Dexter Collection Date: 12/13/2008 Matrix: SOLID Analyses Result Limit Qual Units DF Date Analyzed Analyst: KK 12/23/2008 12/23/2008 ANIONS BY ION CHROMATOGRAPHY Chloride ND 30.8 Sulfate PH pH Qualifiers: 7.49 ND -Not Detected at the Reporting Limit J -Analyte detected below quanititation limits B -Analyte detected in the associated Method Blank • -Value exceeds Maximum Contaminant Level E300 2 .54 1.42 9045C 0 mg/Kg mg/Kg pH Units Analyst: MS 12/17/2008 S -Spike Recovery outside accepted recovery limits R -RPO outside accepted recovery limits E -Value above quantitation range Page 14 of 14 APPENDIXB SWELL TEST RESULTS Project Name: Project N o. Date Tested: HVJ ASSOCIATES, INC. SWELL TEST ASTM D-4546 2007 CO Program -Crestline Rd. Boring No. Sa mple Depth. Rin g No. DG0810320 12/18/08 B-2 4-6 3 T ec hnician : KM Date Calculated : 12/23/08 2.100 42.569 0.497 2.6 50 14.7 125 .6 109.5 Tannish brown clay w / sa nd and lim e depisi ts er:=r--,~,--sr-~ I '1 ii1'.:i_;..,-.--~-' , t f ~-:r -~-ii .~I : -{-_00y I l MWl ' WO' ' '@' I , • • J , ,. _ , ., 1 .,. JI . 1 .I 12/18/2008 14:45 0.0 18 0.0137 12/18/2008 14:50 5.0 18 0.0137 12/19/2008 6:30 945 .0 18 0.0136 12/19/2008 14:00 1395.0 18 0.0136 12/19/2008 18:00 1635 .0 18 0.0136 12/20/2008 6:30 2385 .0 18 0.0135 12/22/2008 7:00 5295 .0 18 0.0135 12/22/200 8 10:00 5475 .0 18 0.0135 Calculated by: DK Computed by : __ D_K __ Checked by: FF ~~J;L_ ________ , ~-==::-l Initial Swell Readings(in) 0 .0137 Fina l Swe ll Readin"s (in) 0.0135 Swe ll(%) 0 .0 Project Name: Project No. Date Tested: Technician: [---··T · ... ~h.: , t·rec ' ... -~----~L ___ 12/18/2008 17:30 12/18/2008 17:35 12/19/2008 6:30 12/19/2008 14:00 12/19/2008 18:00 12/20/2008 6:30 12/22/2008 7:00 12/22/2008 10:00 Calculated by : DK Computed by : DK Checked by : FF HVJ ASSOCIATES, INC. SWELL TEST ASTM D -45 46 2007 CO Program • Dexter St. Boring No. B-1 DG0810320 Sample Depth. 2-4 12/18/08 Ring No. 33 KM Date Calculated: 12/23/08 2.100 42.569 0.502 2.650 12.8 124.8 110.6 Tan clay w/ sand -. r;='---... 1.T ··-·. --T .:t"7".Ji1 ·1 I ---tf,7;'-r~.: •i ·v.,-;,( ! t::-Yiri,r71 I ' I ' I I -~L ... '.~2 _jl _ _ .(.tr;L Jll),.__ I JL ~ ~m.D ~-~~01;,:J·ri.·--_ ----~----., ------' 0.0 12 0.0248 Initial Swell Readings(in) 0 .0247 5 .0 12 0.0247 Final Swell Readings (in) 0 .0245 7 80.0 12 0.0247 Swell(%) 0 .0 12 30.0 12 0.0246 1470.0 12 0.0 246 2220.0 12 0.0245 5 130.0 12 0.0245 531 0 .0 12 0.0245 APPENDIXC CBR TEST RESULTS 104 ···X· ·· 100% Sa turation 103 -~ -" (S.G .=2 .65 ) I- 102 ~ / ~ 101 ~ V " 100 7 l'e C' u 99 -3' V c / ·.;; 9 8 C: / ., Q 9 7 e--. V Q 96 _/ 9 5 - 94 93 92 14 15 16 1 7 1 8 19 2 0 2 1 22 23 24 2 5 26 Perce nt Moisture TYPE OF MAIBRIAL : Dark Gra y and Brown Clay w / Sand ~ 6 120 S Dairy Ashford Road MAXIMUM DRY DENSITY: 103 .0 pcf Ho uston, Texas 77 072-1010 281933 .738 8 Ph OPT. MOISTURE CONTENT: 20 .2 % 2 81.933 .7293 Fax LIQUID LI:MIT: 51 DATE : 01 /15/2007 I A PPROV ED BY : I PREPA RED BY : FF DK PLASTICITY INDEX (PI): 33 % PA SS #200 SI EVE: 81 2007 CO PROGRAM PROCTOR TEST RE S UL TS PROJECT NO.: I DRAW I NG NO .: DG-08-1 0320 PLATT ' -· CBR (CALIFORNIA BEARING RATIO) OF LABORATORY COMPACTED SOILS ASTMD1883 Project: 2007 CO Program Sample Location: Composite Sample (Fletcher and Goodman Streets) Liquid Limit: 51 Plastic Limit: 18 Plasticity Index 33 Method of Compaction: Sample Condition: No. of Blows: [gJ ASTM D698 0ASTMD1557 [gjsoakoo 10 Dry Density After Soaking (pct): 87.9 Moisture Content: Before Compaction(%): 21.4 Top 1-inch Layer After Soaking(%): 282 Swell(%): 2.76 Bearing Ratio (% ): 0.58 ~ soaked Ounsoakoo) Surcharge: 10 lbs. Ounsoaked 25 93.3 20.7 27.3 2.40 0.65 DATE: 01 /15 /2009 65 103 .7 19.6 23.8 1.55 1.99 6120 S . Dairy A shford Road Houston, Texas 77072-1010 281.933 .7388 Ph 281.933.7293 Fax I APPROVED BY: I PREPARED BY: FF DK 2007 CO PROGRAM CBR TEST RESULTS PROJECT NO .: DG-08-10320 1 DRAWING NO .: PLATE C-2 CALIFORNIA BEARING RATIO TEST RESU LT 2.5 Composiir Sample Maximum D ry D e n s ity (MDD ) = 103.0 pcf 2 Lab CBR @ 95 % MDD = 1.2 65 blows/layer -'-v- l/1/ 1/1/ 1.5 1/1/ / ~ //1/ 0 0::: CXl /v (.) 1 l.,..i/ 7 10 blows/layer 1//1/ ~/ 0.5 25 blows/layer 0 80 82 84 86 88 90 92 94 96 98 100 102 104 106 108 110 112 114 DRYUNrTWEIGHT, PCF ~ 6 120 S. Dairy Ashford Road HoUS1on. Texas 77072-1 01 0 281.933 .7388 Ph 281.933 .7293 Fax DATE: 01/1 5/2009 I APPROV ED BY : I PREPARED BY : FF DK 2007 CO Program CBR TEST RES UL TS PROJECT NO.: DRAWING NO .: I DG-08-10320 P LAT' l ID 10.1 Addendum Section 10 Addenda _____ I - - • Section 11 -Storm Water Pollution Prevention Plan [gl 11.1 -SWPPP The Storm Water Pollution Prevention Plan (SWPPP) is separately bound and not bound herewith. A copy of the SWPPP is available at the City of Fort Worth. Contact Mr. Gopal Sahu, P.E., Project Manager, TPW Department at (817) 392-7949 or by email: Gopal.Sahu@fortworthgov.org.