Loading...
HomeMy WebLinkAboutContract 41668-~,.: --CON\'lall · ><=-~FoRrWoRrH --:ctn .. 1111, .... ... .... CITY SECRETARY 4 \ l, 2 CONTRACT NO . ~ --· '"s~ffl=ICATIONS AND CONTRACT DOCUMENTS FOR MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B -PHASE 2 TRAIL DRIVERS PARK/SCHWARTZ AVENUE, AND NORTH HAVENWOOD L ANE CITY PROJECT No. 00094 TPW No. P227-541200-2012700094 83 Michael J. Moncrief Mayor NOVEMBER 2010 William A. Verkest, P.E. Dale A. Fisseler, P .E . City Manager Director, Transportation and Public Works Department S . Frank Crumb, P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR : The City of Fort Worth DANNENBAUM ENGINEERING CORPORATION T.B .P .E. FIRM REGISTRATION #392 6'21 CAMP BOWIE B LVD. STE 400 FT . WORTH , TX 71 1 19 (9 17) 7&3-8113 OF FICIAL RECOR D CITY S~CRETARY FT. WORTH, TX DE C Project No . 4447 -01 M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA fORTWORTH ·~ COUNCIL ACTION: Approved on 4/5/2011 DATE: 4/5/2011 REFERENCE **C-24809 LOG NO.: NAME: 20CONSTRUCTION_MISCELLANEOUS _ CONTRACT _B CODE: C TYPE: PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract with CPS Civil, LLC, in the Amount of $260,043.00 for the Construction of Miscellaneous Storm Drain Contract B Phase 2 Project (COUNCIL DISTRICTS 2 and 4) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with CPS Civil, LLC, in the amount of $260,043.00 for construction of the Miscellaneous Storm Drain Contract B Phase 2 project. DISCUSSION: The Storm Water Management Program was established to reduce flooding in Fort Worth, preserve streams, minimize water pollution, and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements . This will be accomplished by infrastructure reconstruction and system maintenance, master planning, enhanced development review , and increased public education and outreach. On September 22, 2009, (Ordinance No. 18838-09-2009) the City Council approved the issuance and sale of $45,000 ,000.00 in revenue bonds for the Storm Water Capital Project Bond 2009 Fund to fund a two-year storm water capital project program. On April 28 , 2009, (M&C C-23481) the City Council authorized the City Manager to execute an engineering agreement with Dannenbaum Engineering Corporation for the design of the Miscellaneous Storm Drain Improvements at various sites (City Project No . 00094). One of the construction projects resulting from the design is as follows: storm drain improvements in Trail Drivers Park at NE 28th Street and storm drain improvements on Havenwood Drive. The storm drain at Trail Drivers Park will replace the existing storm drain that is blocked due to structural collapse. The new storm drain system on Havenwood Drive will replace the existing undersized storm drain system and extend the system to intercept excess flows. Property flooding occurs during heavy rain events because the existing undersized system can not handle the volume of runoff. The project was advertised for bid on November 11, 2010 and November 18, 2010 in the Fort Worth Star-Telegram . On December 9, 2010, the following bids were received: BIDDERS AMOUNT TIME OF COMPLETION CPS Civil, LLC $260 ,043.00 120 Calendar Days Tri-tech Construction $266,038.00 Burnsco Construction $271,447 .50 Tejas Commercial Construction $285,127 .00 Ed A. Wilson , Inc. $367,541 .36 Jackson Construction $394 ,800.00 The low bid for this project is from CPS Civil, LLC, in the amount of $260,043.00. Costs for the implementation of this project will be funded by the Storm Water Capita l Project Bond 2009 Fund. Funding in the amount of $62,040 .00 is included for associated construction survey, project management, materials testing, and inspection costs . The contingency fund for possible change orders is $13,002 .1 5. CPS Civil , LLC, is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation . The City's goal on this project is 15 percent. http://apps .cfwnet.org/council_packet/mc _review.asp?ID= 14801&councildate=4/5/2011 4/6/2011 M&C Review This project is located in COUNCIL DISTRICTS 2 and 4, Mapsco 62 D and 65R. FISCAL INFORMATION/CERTIFICATION: TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS M AND C 0009463.pdf M AND C 0009465.QQf FROM Fund/Account/Centers P227 541200 201280009483 $260 ,043.00 Fernando Costa (6122) Greg Simmons (7862) Michael Owen (8079) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4801&councildate=4/5/2011 Page 2 of2 4 /6/2011 CITY OF FORT WORTH, TEXAS -. TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Documents for MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B -PHASE 2 CITY PROJECT NO . 00094 Bid Submittal Due Date: December 9, 2010 Addendum No. 1 Issued: December 1, 2010 The Specifications, Contract Documents and Drawings for the above mentioned project are revised .and amended as follows : The Contract Documents for the subject project are hereby amended as follows: A. CLARIFICATIONS: 1. Remove MWBE Documents (MWBE Special Instructions to Bidders, MWBE Subcontractor/Supplier Utilization Form, MWBE Prime Contractor Waiver Form, and MWBE Good Faith Effort Form) and replace with attached MWBE forms modified by Addendum No .1. Modification includes insertion of MWBE Project Goal percentage. 2. 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). Total area of project sites to be disturbed is approximately 0.35 acres. The Contractor is defined as an "operator" by state regulations , but is not required to obtain a permit; however, erosion control and stabilization practices, as shown on plan sheets, shall be installed and maintained. A-1 G:\1210\4447-01\PROJECT\Specifications\Phase 2\09 -Addenda\00094 Addendum No. I.doc 8. CONSTRUCTION CONTRACT DRAWINGS (PLANS): 1. Remove Cover Sheet and replace with the attached Cover Sheet modified by Addendum No.1 . Modification includes City Officials signatures . This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and mod ifies the original Specifications & Contract Documents of the same . Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM No.1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED By : ___________ _ Company:----------- William A Verkest , P.E. DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT. By : ______ /_S/ _______ _ Michael Owen , P.E. Project Manager A-2 G:\1210\4447-01\PROJECnSpecifications\Phase 2\09 -Addenda\00094 Addendum No . I.doc :fORTWORTH --, .•. --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 MNVBE goal is not ap licable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MNVBE) in the procurement of all goods and seNices to the City on a contractual basis . All requirements and regulations stated in the C ity's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The C ity's M/WBE goal on this project is __ 1_5 __ % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's MNVBE 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. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be rece ived by the Manag ing Department, within the following times allocated , in order for the entire bid to be cons idered respons ive to the specifications. The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence at t e Ci~ received the documentation in the time allocated . A faxed copy will not be accepted , 1. Subcontractor Utilization Form, if goal is received by 5:00 p .m ., five (5) City business days after the bid met or exceeded: openino date, exclusive of the bid openino date . 2. Good Faith Effort and Subcontractor received by 5 :00 p .m ., five (5) City business days after the bid Utilization Fonn, if participation is less than opening date, exclusive of the bid opening date . stated goal : 3. Good Faith Effort and Subcontractor received by 5 :00 p.m ., five (5) City business days after the bid Utilization Fonn, if no MNVBE participation : opening date, exclusive of the bid open ing date. 4. Prime Contractor Waiver Fonn , if you will received by 5:00 p .m ., five (5) City business days after the bid perform all subcontractinQ/suoolier work: openino date, exclusive of the bid openino date . 5. Joint Venture Fonn, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed ooal. openino date, exclusive of the bid openino 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. Rev . 11/1/05 Addendum #1 ATIACHMEN T 1A Pag e 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I M/W /DBE I I NON -M/W/DBE MISCELLANEOUS STORM DRAIN IMPROVEMENTS BID DATE CONTRACT B -PHASE 2 December 9, 2010 @ 1 :30PM City's MIWBE Project Goal: Prime 's M/WBE Project Utilization : PROJECT NUMBER 00094 15 % O/o Identify all subcontractors/suppliers you will use on this project Fa ilure 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 open ing , exclus ive of bid opening date , will result in the bid being considered non -responsive to bid spec ifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the C ity of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for considerat ion of disqualification and will result in the bid being considered non -responsive to bid specifications M/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 , Co lli n, Dallas , Den ton , El li s , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the pr ime 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 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those f irms , located or doing bus iness at the time of b id opening with in the Marketplace , that have been determined to be bonafide minority or women bus inesses by the North Central Texas Reg ional Certificati on Agency (NCTRCA), or the Texas Departme nt of Transportation (TX DOT), highway divis ion . Disadvantaged Business Enterprise (DBE) is synonymous with Mi nori ty/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given cred it as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE cred it. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 Adde ndum #1 fORTWORTH ---.,..-- ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . Certification (check one) SUBCONTRACTOR/SUPPLIER T N Company Name i C Address e M w T Telephone/Fax r B B R E E C A N 0 n T X M D w 0 B T E Detail Detail Subcontracting Work Supplies Purchased Dollar Amount Rev . 5/30/03 Addendum #1 ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e., Minority, Women and non -M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification (check one) SUBCONTRACTOR/SUPPLIER T Company Name i N C Address e M w T Telephone/Fax r B B R E E C A N 0 n T X M D Vi 0 B T E Detail Detail Subcontracting Work Supplies Purchased Dollar Amount Rev. 5/30/03 Addendum #1 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOT AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ATTACHMENT1A Page 4 of 4 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5/30/03 Addendum #1 FORT WORTH "'-m • a ,-, . City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe crime PROJECT NAME: I MM'/DBE I I NON-MM'/DBE MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT B -PHASE 2 BID DATE Thursday, December 9, 2010 1:30PM City's M/WBE Project Goal: PROJECT NUMBER 15 % 00094 If both answers to this form are YES, do not complete AITACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if .bo1h answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? 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, including M/\IVBE(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. Author ized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Email Address Date Fax Number Rev. 5/30/03 Addendum #1 FORTW°ORTH ....... --• a PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Good Faith Effort Form MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT B -PHAS E 2 City's M/WBE Project Goal: I PROJECT NUMBER 15 % 00094 ATTACHMENT 1 C Page 1 of 3 Check applicable block to describe prime I M/W/DBE I I NON -M/W/DBE ~DDATE ursaay, December 9, 2010 1:30PM If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Addendum #1 Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / ___ / __ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes {If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to include .!li!.!!l!!. 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 provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5 .) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessarv, and attach.} Company Name Telephone Contact Person Scope of Work Reason for Rejection A ddendum #1 Rev. 05/30/03 ADDITIONAL INFORMATION : ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explai n your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provi de, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an i rresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Addendum #1 Rev. 05/30/03 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 to the Specifications & Contract Documents for MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B -PHASE 2 CITY PROJECT NO. 00094 Bid Submittal Due Date: December 9, 2010 Addendum No. 2 Issued: December 6, 2010 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: The Contract Documents for the subject project are hereby amended as follows: A. CLARIFICATIONS: 1. Remove Proposal for Unit II -Drainage and replace with attached Proposal for Unit II -Drainage modified by Addendum No.2 . Modification includes omission of Pay Item Bid-00442 Pavement- 2 inch HMAC on 6 inch Flex B-Temporary-lnsta/1 and revising quantity of Pay Item Bid-00430 Pavement Asphalt-Install (2-inch Type 'D') from 338 SY to 1,870 SY. 2. Limits of Wedge Milled Overlay along North Havenwood Lane shall be from reconstructed driveway at 404 North Havenwood Lane to 10-feet south of new inlet at 508 North Havenwood Lane. This Addendum No . 2, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same . A-1 G :\12 10 \444 7-0 1\P ROJECT\S pecificati ons\Phas e 2\09 -Add end a\0 00 94 Add endum N o. 2.do c Acknowledge your receipt of this Addendum No . 2 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM No.2" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED By : ____________ _ Company: __________ _ Will iam A . Verkest, P.E . DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT. By : _____ ____.:./-=S/'--------- Michael Owen , P.E. Project Manager A -2 G :\12 10\444 7-0 I \PROJECT\S p ecification s\P hase 2\09 - A ddenda\00094 Addendum N o . 2 .do c FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B -PHASE 2 TRAIL DRIVERS PARK/SCHWARTZ AVENUE, Michael J. Moncrief Mayor AND NORTH HAVENWOOD LANE CITY PROJECT No. 00094 TPW No. P227-541200-2012700094 83 NOVEMBER 2010 William A. Verkest, P.E. Dale A. Fisseler, P.E. City Manager Director, Transportation and Public Works Department S. Frank Crumb, P .E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth DANN EN BAUM ENGINEERING CORPORATION T .B.P.E. FIRM REGISTRATION #392 6421 CAMP BOWIE BLVD. STE 400 FT. WORTH , TX 76116 (817) 763-8883 DEC Project No. 4447-01 .1!!"..&"5l! PROJECT IMPROVEMENTS MISCELLANEOUS STORM DRAIN o 200 400 IMPROVEMENTS CONTRACT B PHASE 11 GRAPHIC SCALE IN FEET MAPSCO 62D COUNCIL DISTRICT 2 LOCATION MAP NE 28TH STREET & SCHWARTZ AVENUE . CONTRACT B -CITY PROJECT No . 00094 DANN EN BAUM ENGINEERING CORPORATION T.8.P.E. FIRM REGISTRATION 1392 ~·~IOflll k\'O..STE.olOl>fT,"'°"'7M.D.111tfi (ll1)Jl).IM) LEGEND 0 200 400 [i.'filii,~m PROJECT IMPROVEMENTS GRAPH IC SCALE IN FEE T MAPSCO 65U COUNCIL DISTRICT 4 MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT 8 PHASE II LOCATION MAP HAVENWOOD LANE CONTRACT B -CITY PROJECT No. 00094 DANNENBAUM ENGIN EERIN G CORPORATI ON T.BP.E. FlRM REGISTRATION 1392 MJ1CMPIOWllkWI.. STC..*n.WCl'ffll.TX.)IIM (tlf)m-llG SECTION 2 -FRONT END DOCUMENTS 2.1 Table of Contents 2.2 Notice to Bidders 2.3 Comprehens ive Notice To Bidders 2.4 Special Instruction to Bidders -TPW G :\1210\4447-01\PROJECTISpecifications\Phase 2\2 .0 -SECTION 2 COVER.doc TABLE OF CONTENTS 01 -Project Information ~ 1.1 -Title Page MS-Word ~ 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice MS-Word to Bidders D 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) 03 -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 04 -Bid Package ~ 4.1 -Bid Proposal Workbook MS-Excel ~ 4.3 -Bid Schedule MS-Excel D 4.4 -List of Fittings MS-Excel D 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions D 5.1 -Part C General pdf Conditions (water -sewer) D 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 ~ 5.8 -Compliance with and pdf ,~?Ji Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water-dwf sewer) D 5.10 -Standard Details dwf (paving-drainage) City of Fort Worth , Texas Table of Contents PMO Release Date: 06.10.2010 Page I of 2 TABLE OF CONTENTS 06 -Contracts, Bonds and Insurance 07-Permits 08 -Easements 09-Addenda City of Fort Worth, Texas Table of Contents PMO Releas e Date: 06.10.2010 Page 2 of2 ~ 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 ~ 7.1 -TxDOT Permit(s) ~ 8.1 -Easements ~ Addenda Index MS-Word pdf pdf pdf pdf pdf pdf NOTICE TO BIDDERS Sealed proposals for the following: MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B -Phase 2 CITY PROJECT NO. 00094 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, December 9, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed , and printed by interested contractors and/or suppliers . Hard copies of plans and contract documents are available at the office of the design engineer Dannenbaum Engineering Corporation -6421 Camp Bowie Blvd, Suite 400, Fort Worth, TX. 76116, at a cost of $50.00 per set (non-refundable). Copies are also available online through the City of Fort Worth Autodesk Buzzsaw. The major work will consist of the (approximate) following : Unit I -Omitted, Not This Contract Unit II -Drainage Improvements 338 SY of 2-inch HMAC (Type 'D') Overlay; 829 LF of Storm Sewer Pipe, ranging in diameter from 21-inch to 48-inch ; 85 LF of Storm Sewer Box, 4-ftx3-ft; 5 EA Curb Inlets, ranging in size from 5-feet to 20-feet; 4 EA Manholes, ranging in size from 4-foot square to 6-foot square; and all other related appurtenances. Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications . Bid secudty is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents . Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre- qualified by the Water Department, must employ the services of a subcontractor who is pre- qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". Rev 2-2-10_ TPW NB-1 NOTICE TO BIDDERS For additional information, please contact Curt Caldwell, P.E. with Dannenbaum Engineering Corporation at Telephone Number: 817-570-1304 or by email: curtis .caldwell@Dannenbaum.com, and/or Michael Owen, P.E., Project Manager, TPW Department at 817-392-8079 or by email : michael.owen@fortworthgov.org. A pre-bid conference will be held on Monday, November 29, 2010 at 11:00 a.m ., in the TPW Conference Room 270. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates: November 11, 2010 . November 18, 2010 Rev 2-2-10_ TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT 8 -Phase 2 CITY PROJECT NO. 00094 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, December 9, 2010 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer Dannenbaum Engineering Corporation -6421 Camp Bowie Blvd, Suite 400, Fort Worth, TX. 76116, at a cost of$ 50.00 per set (non-refundable). Copies are also available online through the City of Fort Worth Autodesk Buzzsaw. The major work will consist of the (approximate) following: Unit I -Omitted, Not This Contract Unit II -Drainage Improvements 338 SY of 2-inch HMAC (Type 'D') Overlay; 829 LF of Storm Sewer Pipe, ranging in diameter from 21- inch to 48-inch; 85 LF of Storm Sewer Box, 4-ftx3-ft; 5 EA Curb Inlets, ranging in size from 5-feet to 20-feet; 4 EA Manholes, ranging in size from 4-foot square to 6-foot square; and all other related appurtenances. Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or au 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 Rev 212/10_TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS 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 . 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-qual ified 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 . SUBMISSION OF BID AND AWARD OF CONTRACT The proposal Unit II -Drainage & Paving Improvements within this document is designed as a package. In order to be considered an acceptable b id, the Contractor is required to subm it a bid for Unit II -Drainage & Paving Improvements. The Contractor who submits the bid w ith 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 Curt Caldwell, P.E. with Dannenbaum Engineering Corporation at Telephone Number: 817-570-1304 or by email: curtis .caldwell@Dannenbaum.com, and/or Michael Owen, P.E., Project Manager, TPW Department at 817-392-8079 or by email: michael.owen@fortworthgov.org. A pre-bid conference will be held on Monday, November 29, 201 O at 11 :00 a .m., in the TPW 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: November 11, 2010 November 18, 201 O Rev 212110_ TPW By: ___ ----:-,:.,.....,...----,,-.,,...-----==-=,------ Michael Owen, P . E Transportation & Public Works Department CNB-2 MARTY HENDRIX CITY SECRETARY \. SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code . In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects . 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE 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, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall 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 all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, 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 person, $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 insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c . Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e . Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A: VII or equivalent measure of financial strength and solvency. f Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than 'the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 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 all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5 :00 p.m., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or loc,!l 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 ofninety (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 responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Rev 3-13-09 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper .reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the 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 Jack 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 persori 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 (1) -(7), with the certificates of coverage to be provided to the p~son 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 ofbreach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers ' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex , race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Pol icy 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 l 990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal state and local Jaws 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 (Jess 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 liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev 3-13-09 SECTION 3 -M/WBE DOCUMENTS 3.1 M/WBE Special Instructions to Bidders 3.2 M/WBE Subcontractor/Supplier Utilization Form 3.3 M/WBE Prime Contractor Waiver Form 3.4 M/WBE Good Faith Effort Form 3.5 M/WBE Joint Venture Eligibility Form G :\1210\4447-01\PROJECl\Specifications\Phase 2\3 .0 -SECTION 3 COVER.doc ; ! FORT WORTH --....,..-----City of Fort Worth 7 :.:-1 ATIACHM E NT 1A Page 1 of 4 5 -1op Subcontractors/Suppliers Utilization For g,2 : o 1 PRIME COMPANY NAME: Check applicable block to describe prime c... F'S. ~ v·, \ , LL-C-I M/W/DBE /.x i NON -M /W/D B E PROJECT NAME : MISCELLANEOUS STORM DRAIN IMPROVEMENTS BID DATE CONTRACT B -PHASE 2 December 9, 201 O @ 1 :30PM City's M/WBE Project Goal : I Prime 's M/WBE Project Utlllzatlon: PROJECT NUMBER 00094 1 5 % 2 l.,"1 % Identify all subcontractors/suppliers you will use on this project Fa ilure to complete this form , in its entirety with requested documentation, and received by the Manag ing Department on or before 5:00 p.m . fi ve (5) City business days after bid open ing , exclus ive of b id opening date , will result in the bid being considered non -responsive to bid specificat ions . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE fi rm(s) listed in this util ization schedule , cond itioned upon execut ion of a contract with the City of Fort Worth . The intent ional and /or know ing misrepresentation of facts is grounds for cons ideration of d isqual ification and will result in the bid be ing cons idered 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 count ies . 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 subcont ra ctor to its supplier is considered 2"d t ier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing bus iness at the time of b id op e ning within the Marketplace , that have been determi ned to be bonafide minority or women businesses by the Nort h Central Te xas Reg ion al Cert ifi cati on Agency (NCTRCA), or the Te xas Department of Transportation (TX DOT), h ighway division . Disadvantaged Busin ess Enterprise (DBE) is synonymous with Mi nority/Women Business Ente rprise (M/WBE ). If hauling services are utilized , the prime will be given cred it as long as the M/WBE listed owns and operates at least one fully licensed and operat ional truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , includ ing M/WBE owner-operators, and rece ive f ul l M/WBE cred it. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only rece ive cred it for the fees and commissions earned by the M/WBE as outlined in the lease aQreement. Rev . 5/30 /0 3 Addendum #1 12 -15-JOP0 2 :QJ RCVD ATTAC.HMENT 1A Page 2of 4 Primes are requ.ired to · ideniify ALL subcontraciqrs/suppliers, regardless .ofstatus;.i .e., Minority , Women and non-M/WBEs. Please. list M/WBE firms .first,. use additional sheets if necessary . Certification . J\I .:: fchec1<o~eJ :o : SUl3CONTRACTOR/S1,JPPl-lgR ·n· T N T. Detail Detail Company Name i C X r,r. Subcontracting Work Supplies Purchased Dollar An1ount Address : e M w T D Vt Telephone/F=~x r 8 l;l R 0 5 : E E C T . ii A I L ~ --n-tt "'5?t>v+1.di c""-ew-\,ed~ c!). \4, O'z?.1 . 00 "P.O . 80'>t 101\Q . '!-"1-~(>,le \Le., \er, n ,l,q,z.44 C2, l1 . -3=3-, . Ul 8,2.$ ~ \,. ~~,. 1,9.2S LkT { ,4c;;5ociq,-k"> y.. Q,0 \Ac.AL4e.. 1P :;;;3, Sz t .110 ~o. BO'>l uuf2> pi?€,. tv\-e.\ \$$()., Th 15454 214. 644. 0440 '2 \4. 644. ~la'o4 I C..,0\.t.ITO\):)f..J \?£01 I-A~ 'f.. ~ +t;,soo .00 'P. 0 . e,C'i( l I( 'Z <!> '2.-, t O \AC,l.e.. -k... FT W oR-n-\, 1"X 1~11 I · B\1.11;.c:i.1114 c..vo,ss.voa..ls. L. P. I l;;t> I~ ~vie{ 9\¥,~)'-'4~ -h--o. ~.(; • c. -$.=a,ooo.1'0 Ct5'\\. ,tyo \ fi-. w~+t,, ~ 1~1 l'\ y._ 2>11 . v=cA. 0044 .R~V. 5130/03 I I j 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 goal is not ap licable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MM/BE) in the procurement of all goods and services to the City on a contractual basis . All requ irements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to th is bid . M/WBE PROJECT GOALS T he City's MM/BE goal on th is project is __ 1_5 __ % of the total bid (Base bid applie s to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply w ith 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. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be rece ived by the Managing Department, with in the following times allocated , in order for the entire bid to be considered responsive to the specifications . The Offerer shall delive r the MWBE documentation in person lo the appropri ate employee of the managing department and obtain a date/ti me rece ipt. Such receipt shall be evidence that the C ity received the documentation in the time allocated . A fa xed copy will not b e acc e pted. 1. Subcontractor Utilization Form , if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Fann , if participation is less than stated oal: 3 . Good Faith Effort and Subcontractor Utilization Fann , if no M/WBE artici ation : 4. Prime Contractor Waiver Fann, if you will erform all subcontractin /su lier work: 5. Joint Venture Fonn, if util ize a jo int venture to met or exceed oal. received by 5 :00 p .m ., five (5) C ity business days after the b id o enin date, exclusive of the bid o enin date . received by 5 :00 p .m ., five (5) C ity business days after the bid 1--opening date, exclusive of the b id opening date . .., received by 5 :00 p .m ., five (5) City business days after the b id ,.. o enin date, exclusive of the bid o enin date. received by 5 :00 p .m ., five (5) City business days after the bid 'I-o enin date, exclusive of the bid o enin date . rece ived by 5 :00 p .m ., five (5) City business days after the bid o enin date exclusive of the bid o enin date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, ple ase conta ct the M /WBE Offi ce at (817) 392 -6 104. Rev. 11 /1/0 5 Addendu m #1 FORT WORTH ~ Total DoHarArnov.nt of M/W8E Subcontractors/Suppliers Total Dollar Amount of Non"MIWBE SubcontractorsiSuppliers 12 -15-10P0 2 :Q7 $ S3,4c'is'. 00 $ · 3, ODO .TSO ATIACHMENT iA ·Page4oi.4 TOTAL DOLLAR AMOUNT OF ALL SUBCONtRACTORS/SUPPLJERS $ t;; la' 40g. 00 By affixing a signah1re to this form,. the Offeror further agrees. to provide, directly to the City upon request, complete and accurate information regarding actual .work perton:ned by all s.ubcontractors, . including M/W/DBE(s}. arrangements submitted with the bid. The Offeror also. agrees to allow an audit and/or e~arnina~ion of any books, recor~s. and files . h~ld by th.eir comparw,. The pidd~r 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 . perfortned by the M/W/DBE(s) on thh, contract, by an autho.r ited officer or employee of the City . Any intentional and/or knowing misrepresentation of facts ·wilLbe grounds for term inating the. contract or debarment Jro.rn City work for a period o{ not. le$$ than. three G3) years and for initiating a~tion un.cier Pederal , State or Local. laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract • ay · suit in a determination of ah irresponsible Offerer and oarred from parUclpaUng-in City work for a · · d .· 1me-not less than one (1) year. c.o .o. Title . (\P~ C'Jv i L \,JL Company Name Address · · City/State/Zip ' ~obev:+ fuv vow P ii"d Si ·· · ·ture . r ll .. . .Qna .. Contact Name,r:IUe (If. different) 97:2. l,eJ4-. 2.'1.S-0 / jJ2 .l&?J Y.. 2."152.. Telephone and;or Fax I E•mall Address 12 /1s /,o a I Date Rev. 51ao103 TRANSPORTATION AND Puauc WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 1 2 -1 5 -1 0 P0 '2 : 0 1 RC Vt) Bid Date: \&l C\ I \ 0 Project Name: (Y\\S(. ~:\:D(rn U'(ll () \m~nt Project Manager: ___.m____._·1_~ ....... Q _ _,,.Q~u ...... J,i...,..e ....... D _____ _ Forms Submitted By Name: ------------------- Company: (j)s ~~~ \ \ f u C Forms Received By: Name: :1Zlm 41Sb~K SECTION 4 -BID PACKAGE 4.1 Bid Proposal Cover & Signature Sheets 4.2 Bid Proposal Unit II -Drainage Bid Form 4 .3 Vendor Compliance to State Law G :\1210\4447-01\PROJECnspecifications\Phase 2\4.0-SECTION 4 COVER.doc 'TO: The Purchasing Department City of Fort Worth,.Texas FOR: STORM .WATER UTILITY PROPOSAL MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B-PHASE 2 City ProjectNo.: 00094 UNITS/sECTIONS: UNIT I -OMITTED, NOTTI-HS CON'ffiACT UNIT II -DRAINAGE Fort Worth, Texas 11 /9/2010 Pttrsnant to the foregoing "Notice to Bidders," the iitidersigned 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 pla:ns and specifications, and stil:>ject to the inspection and approv~l .of the Dir~tor, Wat~t Dep&rtr:nent ofthe City of Fort Worth. If required by this :project, Contractor mw~t be pre-qualified in accordance with the projects· sponsoring-Departments of the City ofFort Worth requirements; Upon acceptance of this Proposal by the City Council and required by this proJect, tl1.ehidder is bound to execute a contract and furnish Performance, Maintenance Bond for the wate,r replacement contract only, and . Payment Bond approved by the;: City of Fort Worth for perfonnin.g ru:id completing said wotk within the thne stated for the following sU1I1s, to wit: ·· · · Total quantities given in the bid proposal may not reflect actual quantitiesi but rep-resentthe best accuracy based . 011 a reasonable effort ofinvestigatfrm; however, they are given for the purpose of bidding on and awardingthe contract. Special .Note: All conti·actors"ate advised that one contract wfll be awarded to the 1owestcornbined bid for .all Units/Sections : City of Fort Worth Project Manage,: MICHAEL OWEN Project 00094 -MISC STORM DRAIN IMPROVEMENTS , CONTRACT B PHASE 2 Unit/Section: UNIT II · DRAINAGE IMPROVEMENTS P227 Date City Project• Your Vendor Nt.mber Your Company Name CPS Civil LLC 11/11/2010 94 Contractor Instructions: Fill in green cells with your CFW Vendor 10, your Company Name and your bid amounts . When your bid is c ompk!te, save and c lose, start Bou.saw and Add your proposal to the folder with your Company Name within project's Bid Responses folders. BID INCOMPLETE! This incomplete notice w ill diYppear upon completion of all green fields w hich' are required before submitting the bid Bid Items Unit of Your Unit Line Number CPMS Record Number Material -Description Measure Quantity Price 1 810--000M ServiceCS BoK Culvert -Remove (8-4 LF 2-ft x 3-ft RCBC\ Each 1.00 $1 000.00 4 810-00069 Concrete Headwall -Install (Type CH-FW-0 (3 :1)) Cubic Yard 2.00 $900.00 5 BID-00069 Concrete Headwall -Install (Tvoe FW.Q Winawalls (2:1) with Concrete ADron) Cubic Yard 3.00 $866.00 6 8 10--00080 ServiceCS Pioe -Remove Linear Foot 67 .00 $10.00 7 610.00901 ServiceCS Pipe -Abandon Linear Foot 1,47 .00 $5.00 8 810-00081 Concrete Pioe-21 lnch--CL Ill -lnstan Linear Foot 103.00 $100 .00 9 BID-00082 Concrete Pioe-2,4 Inch.C L Ill -Install Linear Foot 162.00 $11 0.00 10 810-00083 Concrete Pioe-30 Inch.cl 111-Install Linear Foot 486.00 $130.00 12 810--00086 Concrete Pioe--"'2 lnch--CL JU -Jnstan Linear Foot 78 .00 $200.00 14 610--00873 Concrete Box Culvert--"' Ft x 3 Ft -lnstal Linear Foot 85.00 $250.00 17 810--00098 Masonrv RioRao--Grouted--< Than 18 Inch Rock -Install Cubic Yard 30.00 $70.00 18 910-00202 ServiceCS lnsoection-Preconstruction Cleanina & 1V -Studv /Exfstina 2-ft x 3-ft RC6C) Linear Foot 95.00 $10.00 19 810--00100 ServiceCS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -lnstad Lumo Sum 1.00 $3,000.00 20 810--00102 ServiceCS Inlet -Remove Each 2.00 $500.00 23 810-00106 Concrete lnlet-lnline-10 Ft -lnstan Each 3.00 $2 500.00 24 810-00107 Concrete lnlet-lnline-15 Ft -Install Each 2.00 $3 600.00 26 810-00115 Concrete Manhole -lnstalt 1vne 1-C) Each 1.00 S4 000.00 27 810-00118 Concrete Manhole-4 Ft -Install ((4ft x 4ft. Souare)l Each 2.00 $3 100.00 29 610-00118 Concrete Manhol~ Ft -lnstan U4ft x 4ft Sauare\lStackedn Each 1.00 $3 800.00 31 810-00372 ServiceCS Trench Safetv System 5 Foot Depth -Install Linear Foot 905.00 $1.00 34 610-00130 Steel Fence-Temoorarv -Install Linear Foot 315 .00 $2.00 35 6 10-00137 Veoetation Grass-Sod -Install Sauare Yard 720 .00 $5.00 36 810.001-47 S oi Tooso~ -lnstaU ((2-inch Depth)) Cubic Yard 42 .00 $16.50 38 61D-00181 ServiceCS Traffic Control -Install Lumo Sum 1.00 S4 000.00 39 810-00414 ServiceCS Utilitv Ad"ustment - Reoair Lumo Sum 1.00 $10 000.00 40 810-00402 ServiceCS Orivewav -Remove Sauare Foot 2220.00 $1.00 41 810--00404 Concrete Drivewav-6 Inch -Install Sauare Foot 2220.00 $4.00 42 810--00424 ServiceCS Curb & Gutter -Remove Linear Foot 72.00 $15 .00 43 810-00426 Concrete Curb & Gutter-7 Inch w /18 Inch Gutter-lnstal Linear Foot 25.00 $40.00 « 810-00457 ServiceC S Pavement.Concrete -Remove (Parkina Lot Flatwork) Souare Yard 13.00 $50.00 45 . 810-00450 Concrete Pavement-6 Inch Concrete -lnstaU (Parkino Lot Flatwork) Souare Yard 13.00 $100 .00 ~ ent"'2'1nctrHMAC-on O fncM'"FlerBase"."fempo,:arv-lnstaM re:Foot-c-2841~00 $3 ."" •47 8 10--00443 Asohalt Pavement-2 Inch Min HMAC on 2127 Concrete Base -Install Sauare Foot 4102.00 --· $4.00 48 61D-00430 Asohelt Pavement Asohalt-Install 2-inch Tvoe "O'l Souare Yard "-»'110 l"-H l $15.00 Pavement-1 Inch to O Inch Wedge Milling Depth 5 Ft Wide Street -lnstan (2 Inch to O Inch - 51 810--01163 Servic eCS Wedae Mill1 Linear Foot 1210.00 $4 .00 52 810-00504 Steel Sinn-Pro·ect Oesinnation -Install Each 2.00 $350.00 53 81 0 -00529 Servic eCS Walk -Remove Sauare Foot 132.00 $2.00 55 910-00530 Concrete W alk--"' Ft -Install Souare Foot 132 .00 $10.00 59 610-00354 PVC Sewer SeMCe--"' Inch -Install Linear Foot 25 .00 $80.00 60 BID-00355 Other Sewer Service--"' Inch Service Tao -Install E ach 1.00 $800.00 Total Bid This Unit -, Your Bid $1 000 .00 $1 800 .00 $2 ,598 .00 $670.00 $735 .00 $10,300 .00 $17 820.00 $63 ,180.00 $15 ,600 .00 $21 ,250.00 $2 100.00 $950.00 $3 ,000.00 $1 ,000 .00 $7,500.00 $7 200.00 $4 ,000.00 $6,200.00 S3 800.00 $905.00 $630 .00 S3 600.00 $693.00 S4 000.00 $10,000.00 S2 220.00 $8 ,880.00 $1 080.00 $1 ,000.00 $650.00 $1 300 .00 $8-.522:fl'l-1zi, $16 408 .00 $"'i 11 rJ.Wllll'I" S4 840.00 oS-0 I 00 $700 .00 $264 .00 $1 320 .00 $2 ,000.00 $800.00 ,.~'1.),~ Job Name: Location : Bid Date : Bid Time : Item No . BASE BID ITEMS: Qty . CPS Civil Misc. Storm Drain Improvements , PH 2 Fort Worth , Texas 9-Dec-10 1:30 PM Unit Description Unit 11-Drainage Improvements: 1 1 EA RMV BX CLVRT (84 LF 2'X3 ' RCBC) 4 2 CY INSTL TY CH-FW-0 HDWALL 5 3 CY INSTL HOWL (TY FW-0 WNGWLLS W/ APRON) 6 67 LF RMV PIPE 7 147 LF ABNDN PIPE 8 103 LF 21" CL Ill PIPE 9 162 LF 24" CL Ill PIPE 10 486 LF 30" CL Ill PIPE 12 78 LF 42 " CL Ill PIPE 14 85 LF 4'X3' BX CLVRT 17 30 CY < THN 18" GRTD ROCK RIPRAP 18 95 LF PRECON . CLEANING & TV (EX . 2'X3' RCBC) 19 1 LS SWPPP 20 2 EA RMV INLET 23 3 EA INSTL 10' INLINE INLET 24 2 EA INSTL 15' INLINE INLET 26 1 EA INSTL TY 1-C MNHL 27 2 EA INSTL 4' MNHL (4'X4 ' SQ) 29 1 EA INSTL 4' MNHL (4'X4' SQ , STACKED ) 31 905 LF 5' DEPTH TRNCH SFTY SYS . 34 315 LF TEMP FENCE 35 720 SY GRASS SOD 36 42 CY 2" DEPTH TOPSOIL 38 1 LS TRAF . CNTRL 39 1 LS UTIL. ADJ . 40 2 ,220 SF RMVDRVWY 41 2 ,220 SF INSTL 6" DRVWY 42 72 LF RMV CURB & GUTTER 43 25 LF INSTL 7" W/ 18" GUTTER CURB & GUTTER 44 13 SY RMV CNCRT (PRKNG LOT FL TWRK) 45 13 SY INSTL 6" CNCRT (PRKNG LOT FL TWRK) ~MR II MA-G=@N~'' *"'8· ' 47 4,102 '(,~ SF 2" MIN HMAC ON 2/27 CNCRT BS 48 ~ \ .SY INSTL 2" TY D ASPH . 51 1,210 LF 1"-0" WEDGE MILLING DEPTH 5' WO ST . 52 2 EA PROJ . DESIG . SIGN 53 132 SF RMVWALK Bid Bid U ni t Am o unt 0.00 0.00 0 .00 0.00 0 .00 0.00 1 ,000 .00 1,000 .00 900 .00 1,800 .00 866 .00 2 ,598 .00 10.00 670 .00 5.00 735 .00 100.00 10 ,300 .00 110.00 17 ,820 .00 130 .00 63 ,180 .00 200 .00 15 ,600 .00 250.00 21 ,250 .00 70 .00 2 ,100 .00 10 .00 950 .00 3 ,000 .00 3 ,000.00 500 .00 1,000 .00 2 ,500 .00 7 ,500 .00 3 ,600 .00 7 ,200 .00 4 ,000 .00 4 ,000 .00 3 ,100.00 6 ,200 .00 3 ,800.00 3 ,800 .00 1.00 905 .00 2 .00 630.00 5.00 3 ,600 .00 16 .50 693 .00 4 ,000 .00 4 ,000.00 10 ,000.00 10 ,000 .00 1.00 2 ,220 .00 4 .00 8 ,880 .00 15 .00 1 ,080 .00 40 .00 1,000 .00 50 .00 650 .00 100.00 1,300 .00 ,D. ' . 8 4 .00 ~6,408 .00 15 .oo ~\ ~o 4 .0 4 ,840 .00 350 .00 700 .00 2 .00 264 .00 M'~QO ~ ~4 ~ 486 .90 Job Name: Location: Bid Date: Bid Time: Item No. 55 59 60 Qty. 132 25 1 TOTAL BASE BID AMOUNT: CPS Civil Misc. Storm Drain Improvements, PH 2 Fort Worth, Texas Unit SF LF EA 9-Dec-10 1:30 PM Description INSTL 4' WALK 4" SWR SERV. 4" SERV. TAP SWR 245,586.00 Bid Bid Unit Amount 10.00 1,320.00 80.00 2,000.00 800.00 800.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4,120.00 241466.00 ~00~ ~\J~~\j I UNIT Il -DRAINAGE Total SUMMARY OFBID 1 li ~ od d \oO Jol\3 tt .;l~. ooj dloo,o~S WithinJen(lO) days after :notification byJhe City ofFQn: Wo.r:th, Qieundet!ligned will ex.eeute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Coiitract DoCtlinents, for the faithful performance of the C6n.tra:ct. 'rhe attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event tb.e contr.act and .bond or:bonds are not exe.cuted and delivered . within the time above set forth , as hqqjdated damage$ for the delay and additional work caused thereby; If as a: requirement of this ptoject; the undersigned bidder certifies that they he:ve ·been furnished at least one set ofthe General Contract Documents .;lt1d General or Speeia1 Specifications for J?rojects ; and that they h~ve thoroughly tead and completely 1;mMrst~1d all the reqµirem~n ts and condjtions ofthose Oerieral DQcurpents . a,nd the specific Contr.ict Pocuments .and a.ppurtena,nt plans. The undersigned assured that its employees and applicants for employment and tho se of any labor .organization, subcontractors, or employmentagency in .eitherfumishing or referring employee appljc;m.ts to the und~rsigned are not discrin1inated a:gainst -asprobibited by the terms of City Ordinance No ; 7278 as amended by· City Ordinance No . 7400 . · The Bidder agrees to begin construttton \vith ten (10) calendar days after issue of the work order and to complete the contract within 85 days after beginnu1g construciion as. set forth in the written work order to be .ftu;nishecl by the Owner, (Circle and complete A orB beiow, as applicable) A,. The principai place of business ofour company Is in the .State of 1£)( 4:S:>. a. Nonresident bidders in the State of , our principai place of busfoess, are reqtdred to be __ percent imver than tes1dentbidders by state 1aw. A copy of the. statute is attached. b. Nonresident bidders in the State of _; our principal place of business; are not req1;1j'i;ed fo underbid resident bidders. . . The prirtdpal place of btisirtess of our company or our parent company or maj rity owner is 1n the State of Texas. Receipt is acknowledged · of the following addenda: .Addendum No. l: ---~--------' Addendum No: 2: \/" By: ---------- Addendum No. J: ~---------Title; Adden.dum:No . 4: ----------Add e ~du tn NQ. 5: ----------Company: Q PS. CJ v ·t I , LLC- Addend u in No. 6:--'-----'------ Address: \21~ C-vl@:!: ~ fch, ~ CUA\/\ I k . 1)(. -,c;; l ~ .1 . Date: .. ___ w__-1 _/~1 D~--~ VENDORCOMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Biil .620 relative to the award of contracts to nonresident brdders. This law provides that; in order to be awarded a contract as low bidder, nonresident bidders (out-df~state conttactbrs whose corporate offices or principal place of business are ou1side of the State of Texa$) bid projects for construction, improvements, supplies or services in Texas at .an amount rower than the lowest Texas resident bidder by the same amount that a Texas residentbidderwoulcl .be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business. is located. The appropriate blanks in Section A must be filled out by c1Jl out-of-st1;1te or nonresident bidders in order for your biq to meet spe.cification$. the. failure of ouhof·state or nonresident contractors to do .so will .. alitomaticaliy disqualify fhatbiddec Residentbidders mustcheck the box in Section B·. · A. Nonresidentvendorsin (give State), our principal place of bustness, .are · required to be. · · percent lower than resident bidders by State law. A copy ofthe Statute is attached .. Nonresident vendors in (give State), o:ur principal place of Pt,J~ioess, are notrequired to underoid resident.bidders. (0ur prlncipa! place of busine~s or corpora!" offlcesari, in !be State olTe"'!s.. ~ BIDDER : Company l2 \S .C1.a£±:l ~~Ru· Add .ress ~\.UC.lv-.'1, \le_~ ,~ 13, Title:_· __ t-=---=. D:._·:.......0 --=-, ____ _ City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 Part D-Special Conditions (Water-Sewer) 5.2 Part DA -Additional Special Conditions (Water-Sewer) 5.3 Special Provisions (Paving-Drainage) 5.4 Wage Rates 5.5 Compliance with and Enforcement of Prevailing Wage Laws G :\1210\4447-01\PROJECT\Specifications\Phase 2\5 .0-SECTION 5 COVER.doc PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ................................................................................................ 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 D-5 CROSSING OF EXISTING UTILITIES ................................................................................. ? D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8 D-8 TRAFFIC CONTROL ........................................................................................................... 9 D-9 DETOURS ......................................................................................................................... 10 D-10 EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE ................................................................................................. 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES .......................................................................................................... 11 D-17 CUTTING OF CONCRETE ................................................................... : ........................ 11 D-18 PROJECT DESIGNATION SIGN ................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ........................................................ :12 D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 D-22 2:27 CONCRETE ........................................................................................................... 13 D-23 . TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-26 SANITARY SEWER MANHOLES .................................................................................. 16 D-27 SANITARY SEWER SERVICES .................................................................................... 19 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES ................................................................................. 23 D-30 PIPE CLEANING ._ ........................................................................................................... 23 D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23 D-32 MECHANICS AND MATERIALMEN'S LIEN ....................................... : ........................... 23 D-33 SUBSTITUTIONS ..................................................................................... : .................... 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 ·D-36 BYPASS PUMPING .. .' ....... : ............................................................ : ............................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .... : ....... 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ................................................... : ....... 30 D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL , SODDING , SEEDING & HYDROMULCHING ............................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM .. : .................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 -D-49 CLAY DAM ..................................................................................................................... 40 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS 0-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................... 40 D-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40 51 .1 Polyvinyl Chloride (PVC) Water Pipe ..... : .................................................................... .40 51 .2 Blocking .................................................................................. : .................................... 41 51.3 Type of Casing Pipe ..................................................................................................... 41 51.4 Tie-lns ................................................................................................... , ...................... 41 51.5 Connection of Existing Mains ...................................................................................... .41 51.6 Valve Cut-Ins ........................................................................................... , ............. : ..... 42 51.7 Water Services ........................................................................................ , ................... 42 51 .8 2-lnch Temporary Service Line ........................... , ....................................................... .44 51.9 . Purging and Sterilization of Water Lines ; ..................... ; ................ , ...... : ...................... .45 51.10 Work Near Pressure Plane Boundaries .. : ........ ; ............................... : .......................... .45 51.11 Water Sample Station ................................................................................................. .46 51.12 Ductile Iron and Gray Iron Fittings ................ : ..................................... , ........................ .46 D-52 SPRINKLING FOR DUSTCONTROL ...... , ......... .-..... · ..................................................... .47 D-53 DEWATERING ......................................................................... : .................................... 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ......... ; ................................................. 47 D-55 TREE PRUNING ................................................. ." .... · ...................................................... 47 D-56 TREE REMOVAL ......................................................................... , .................................. 48 D-57 TEST HOLES ................................................................... _ ..... .-.. ; ... ;; ..... :· ............. , ............ 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING . CONSTRUCTION ............................................................................................ , ...... · ......... · ............. 49 D-59 TRAFFIC BUTTONS .............. · ....................................... : ...................... .-......................... 49 D-60 SANITARY SEWER SERVICE CLEANOUTS .... , .................................... , ...................... 50 D-61 TEMPORARY PAVEMENT REPAIR .................................. ,, .... , .... .-................................ 50 0-62 CONSTRUCTION STAKES .......................... -.... : .......... :.: •.................... , .................. ·.-...... 50 D-63 EASEMENTS AND PERMITS.-.................. : ...................................... .-.. ; .......................... 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ....... .' ............. .-............................ 51 D-65 WAGE RATES .................................................................... · ... , ... : ...... .-..... : .. : ....... , ............. 51 0-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....... ; .............................. 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ...................................................................................................................... , ...... 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ................ , ............................ ;· ...... .' ................................... ,-.. , .......... 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .. , .................................. : ............. 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION .. ; ............. ; ......................... .-............ 56 D-71 AIR POLLUTION WATCH DAYS ....................................... , ............................................... 57 . D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ........ .-........... , .............. : ........ 57 02/09/2010 SC-2 - - PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C 1 - 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 C 1 -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 : MISCELLANEOUS STORM DRAIN PROJECTS -CONTRACT B CITY PROJECT NO. 00094 ·, D-1 · GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but n~t necessarily , ·follow the guidelines listed below: · . . . ·-~.. ' . : ' 1. Plans 2. Contract Documents 3. SpecialCondWons 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 contain.ed, 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 fo by manufacturers name, or identification include therein as specifying, referring or implying product control , performance , quality,· or othe r shall be binding upon the contractor. The specifications and drawings shall be considere~ coope[.§ltive; therefore, work or material called for by one and not shown or mentione.d in the other shall be accomplished or furnished in a faithful manner .as though required by all. · ·· · · · · · · · · Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general ··specifications shall govern performance of all such. work. · ··· · This contract and project, where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02/09/2010 SC-3 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions' shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segm~nt or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: ' ' A. DELIVERY OF PROPOSAL: No proposal will be considered unless it · is delivered , accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered .. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as de~ignated 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 Purchasin-g Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals . After all proposals not requested for non- consideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may , at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/0912010 SC-4 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A Defi,:,itions: · .· 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 whicb furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and · filing · of any coverage agreements, which meets ,the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor · . providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1,, A certificate of coverage, prior to that person beginning work on the project, so the · governmental entity will have on file certificates of coverage showing coverage . for all persons providing services on the project; and 02/09/2010 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project , to: 1. Provide coverage, based on proper reporting on classification codes and · payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; . 3. Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4 . Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project: 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and 02/09/2010 SC-6 - - - - PART D -SPECIAL CONDITlONS 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 servic~s 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 determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/09/2010 SC-7 .. · PART D -SPECIAL CONDlTtONS 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 COMPEN.SATION 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 oL this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the 'load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 02109/2010 SC-8 - - PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads . The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City . · In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsib ility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. · · D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Verr10n's Civil.Statutes, pertinent sections being S.ection 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 t ime will begin in accordance with . the timeframe mutually established in the 'Notice to .Proceed' issued the C~racioc ···· ·· · · The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. -If it is determined that a .sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does ·not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact tile Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . · Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Ma intenance Work Areas ." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan . 02/09/2010 SC-9 ... PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property . D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include , but not be limited to: • · Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right-. 02/09/2010 SC-10 PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall_ include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. 0-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers,· hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING -UNLAWFUL TO ·OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." . 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except_ back hoes or dippers, and insulator links on the lift hook connections. · · · ·· · · · 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines , or raise or lower the lines . The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record .action taken in each case . . .. ..· .. , •, . ... . ,, . . ·,.. . . ·. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense .. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). · · · · ··.· ·. • · 0-16 BID QUANTITIES Bid quantities of the 'various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. ·· · . ., . . . . . . . ' . ··.·. . . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon 'differences in estimated quantities versus actual quantities. 0-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete .saw. All sawing shall be subsidiary to the unit cost of the respective item '. ···. · · · · · · ·· · · ·. 0-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-1_1 PART D -SPECIAL CONDITIONS Project signs are required at all locations . It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information : For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be 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 Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents . 02/09/2010 SC-12 - PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . 0-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028 ,STR-029 and STR-031 refer to using 2 :27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 0-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements , and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own . All trenching operations shall be confined to the width of permanent rights-of-way , permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. · 2. TRENCH BACKFILL: Trenches which lie outside of existing or ·future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include · · representative samples of soils in all involved areas , with a map showing the location and ·depth of the various test holes. If excavated material is obviously granular in nature, containin·g little or no plastic material , the Engineer may waive the ·test report requirement. See E1-2 .3, Type "C" or "D" Backfill , and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general , all backfill material for trenches in existing paved stre.ets shall be in " , accordance with Figure WTR-029. Sand material specified in WTR.:.029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: ·. •,\, ·.· 02/09/2010 SC-13 .. PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 - #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same . 3. TRENCH _ COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards wm 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 existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 02/09/2010 SC-14 -- PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with requ ired materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the . Contractor in conformance with Ordinance No . 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section . D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS AL~. 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, ijnd 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 th.e 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 mi!limum gove~ning requirements for trench safety. C. DEFINITIONS : 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a : series of-horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 02/09/2010 SC-15 . PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal 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 parkv,1ays, !awns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 02/09/2010 SC-16 - PART D -SPECIAL CONDITIONS Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall requireBitumastic joint sealants as per Figure M. This sealant shall be pre~formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as . recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/09/2010 SC-17 PART D -SPECIAL CONDITIONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by t he Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes , replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound , notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims , wood , stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the cast ing 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 plast ic 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 construct ion 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. 02109/2010 SC-18 PART D -SPECIAL CONDlTlONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to , joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. · Payment for manhole inserts will be made per each. D.,. 27 SANITARY SEWER SERVICES Any reconnection, relocation , re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be 'performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required . Severed service connections sh~II 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 ~ny horizontal adjustment. For open cut applications, all sanitary sewer servic~ 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 bidfor 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 San.itary Sewer Taps . · ' ' · · '· E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be ac:tjusted and/or replaced by the . Con.tractor as di~ected by the Engineer as required for the connection of the sewer service line. ·If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service . line, all work shall be performed by a licensed plumber. The . Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations 02/09/2010 SC-19 . PART D -SPECIAL CONDITIONS (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on · the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a 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 ot'the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned . sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-20 PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and 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. sh~II . 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 . . 02/09/2010 SC-2J PART D -SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . . J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is· required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made · for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. . / 02/09/2010 SC-22 PART D -SPECIAL CONDITIONS D-29 DETECTABLE \IVARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe d.etector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be '"Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall Consist of 'a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in t~e soil. The minimum overaU 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 i111printed with the message as follows: · Type ofUtility . 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 thegrade as is practical for optimumprot~ction and de~ectability. Allow a minimum of 18 inches .. beween the tape and Jh~. pipe .. Payment for work such as backfill, bedding ; blocking , detectable . tapes·, and an other ass.odated appurtenances required shall be included in the unit price bid for · 'the appropriate bid item(s}: · .,._,,· -., ·, ·: . ' D:-.30 PIPE CLEA~,UNG Joints shall be wiped and then inspected ·for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work -stoppage. ·. · · · · · ' D~ 31 DISPOSAL OF SPOIUFILL MATERIAL . . Prior. to 'th.e : dis.posing of any sppil/filLmateric;ll, the Contractor shall advise the City of Fort Worth's .. Flood Plain Administrator ,("Administr~tQrll), o(the location of all sites where theCc:mtractor intends .,· .: to dispose ofsLJc;h material. :,9ontracfor shall nqt dispose of such material until the proposed sites 'have · been determined by the Administrator to meet_ the,r~quirements 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 qot occurring within a floodplain without a permit. A flo.odplai11 permit can be .isstJed upon approval of necessaryJ:ngineering studies. No fill permit is requ,ired if ,disposal sites are ,Qot in aJloodplain. Approval .. qf the .Gontractor's ,disposal sites shall be ,evi.denced ,by a letter signed bythe Administrator. statingJ.hat the site is not in -a known flood · plai11 or by a FJood Plc;lin FiUPermit atJthorizingJill within the flood plain. Any expenses associated . with obtaining the · fill permit , )nc;luding any necessar:y'. -Engineering studies, shall be at the · Contractor's expense·. Jn the event that the gontractor 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 pf th,e <:;ity .~ncJ thi~ section. . ' ' ~ : . . ' : -. ~ ; :, .. D-32 MECHANIC$ AND MATERIALMEN'.S UEN . . . The Contractor'shall be required to execute a release of mechanics and material men's liens upon 'receipt of payment ' ·· · ·· , ' D-33 SUBSTITUTIONS 02/09/2010 SC-23 .. ·-. PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material , which has been specified. Where the term "or equal ", or "or approved equal " is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications . D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A GENERAL: Prior to · the reconstruction , ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured -in-place pipe, fold and form pipe, slip-line, etc .), shall be cleaned , and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines , pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage - present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand , and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole , the equipment shall be set up on the other manhole and cleaning again attempted . If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned . 02/09/2010 SC-24 -. \_ PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and . receive permission from the Water Department. The Contractor shall be responsible for . the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from , the site no less often than at the endof 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 Jhe satisfaction of the Engineer; and if unsatisfactory,equipment shall .be removed and no payment wi.11 be made for an unsatisfactory inspection. ·. B. EXECUTION: 1 ... TELEVISION INSPECTION: The· camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds · · or other devices that do not obstruct the camera view or interfere with proper documentation shall be .used to movethe camera through the sewer line. · , When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between . members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer ·service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 02/09/2010 SC-25 PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during -inspection. In addition, other points of significance such as locations of unusual conditions, roots , storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape rec·ording 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 02/09/2010 SC-26 PART D -SPECIAL CONDITIONS evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection 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 · ... Jnspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be · incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This it~m shallgovern the va<;uum testing of all newly constructed sanitary sewer manholes. . . . . B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with . all connections . in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. ,The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM .C 1244-93: · · 02/09/2010 ·Table I MINIMUM TIME REQUIRED FORVACUUMDROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole Oto 16' 40 sec. 52 sec .. · 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. SC-27 PART D -SPECIAL CONDITIONS 22' 55 sec . 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole , which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT : Payment for vacuum testing. of sanitary sewer manholes shall. be paid at the contract price per each vacuum test. · This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein . 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 02/09/2010 SC-28 . ·~ ... '\ : ,.•• ... ·\ PART ·D -SPECIAL CONDITIONS satisfaction . of the Engineer; and if unsatisfactory, equipment shall be . removed and no payment will be made .for an unsatisfactory inspection. C. EXECUTION: .1. TELl;VISION 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 sew!;lr service taps.. In no case will the television camera .be pulled at a speed greater ,Jhan 30 feet per minute .. Manual winches, power winches, TV cable , and powered rewinds . or, other devic~s that ·do . not obstruct the camera view or interfere with proper .documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. · When manually operated winches are used to pull the television camera through the line , .. telephones . or .other suitable . means ,of communications shall be · set up between the two manholes of ·the section .being inspected to ensure good communications between members of the cr~w. , . , 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 . . .. : suit~ble :qevice, ,and the. a(;c:ur~cy shall be satisfactory to the. Engineer:: ·, .\·:···.::.:.-'· ·:, i '., 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 circumst~mces, when it becomes lodged during inspection , shall be incidental to Television . .. ,: · inspection :· '. :.:\/ ', ': •· :. · : · , · · '· · · .: ·,. ·_ · . · , · Sanit~ry sewer mains '°rri usfbeJ aced w ith ·~nough \~,ater to fill all low pints .. The television · inspection ·must be done' im,:nei:i'iately following'·the ·1acirig of the mai·n with '.no water flow. If ,\, ' •.: .. '• . . : ·• ·sewer is active, flow 'musf be'restricted to provide a clear image of sewer' being . inspected. . '. ·:,. .:··,: .. , --i,;,::.:'-:: ,··'.' . ~ . 2. DOCUMENTATION:. Television Inspection Logs: Printed location records shall be kept by :-'.. . . the Contractor and \viii cle:arly ·show the location . in . relation to an adjacent manhole of each · sewer service tap ·'observed during inspection . Alrtelevision logs shall -b~ 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 ·mni ; or other standard--size photqgraphs of the . television pi~tLire of problems shall be taken '·by the ·· Contractor upon req 'uest of the Engineer, ·,as . long ··as · such photographing does n<;>t interfere with . the . Contractor's operations ; •. '; .. ·. 4. VIDEOTAP_E RECORDINGS : The purpose of tape recording shall be to s~pply a visual and . t. audio 'recqrd 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 televis.ion inspection ' -~ ·-. 02/09/2010 SC-29 -- PART D -SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not · be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet cir mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection .. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense : c~rtifications 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 manufactu'red 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 test ing. The Contractor shall provide access and trench safety system (if required) for the site to be tested , and any work effort involved is deemed to be included in the unit price for the item being tested. . 02/09/2010 SC-30 - PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 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 u~ed as a ~ubstitute for the permanent con.trol measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute · netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area oferodible-earth material exposed by preparing right- e>f-way, clearing and grubbing, the surface area of ero.dible-earth material exposed by excavation, 'borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to p-revent 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 arid construction roads sh _all be located arid 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 co .nstruction 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. 02/09/2010 SC-31 .· PART D -SPECIAL CONDITIONS 6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels , oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends , and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by . · the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth_ and may be withheld from funds due the Contractor by the City . To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning pairit. · No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. · D-42 SITE RESTORATION ', The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 02/09/2010 SC-32 PART D -SPECIAL CONDITIONS D'.' 43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. · · D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. t 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 §tockpiled ,at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway ,areas so .astoprovide 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 $pecification .. ..Recommended Buffalo grass varieties for sodding ·are Prairie and 609 ... . · • , MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a .. healthy, virile root system of dense,. thickly matted roots throughout a two (2) inch minimum ··· thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy, virile.root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the 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 6n the Drawings and in accordance with these Specifications. MATERIALS: 02/09/2010 SC-34 PART D -SPECIAL CONDITIONS a .. -General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shclll _ be furnished and delivered in separate bags or containers. A sample . of each variety of.s~ed _shal _l be . furnished for analysis and testing when . directed by the . Engineer.· The specified . seeq shall eqUcll or . e?(ceed the following : percentages of· Purity and .germination: Common Name .... ·... . . ·. Common Bermuda Grass .. - . Annual Rye Gnas~ Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun ,>. __ ., ~ody Purity 95% 95% . ·-'~5% 95% -_95%- ,.95% Table 120~2.(2)a. Germination ~0% .95% 9_0% 90% -90% .90% URBANAREAJIVARM~SE:ASON SEEDING RATE (lbs.); Pure live Seed (PLS) Mixture for . · ·Sandy Soils -- · Dates (Eastern Sections) · >(Western Sections) -·--Bermudagrass 40 ---Buffa_lograss .. 80 '. (All Sectiolls) . Feb1 ··-- • to May 1 Buffalograss . :so 'Bermu'dagrass 20 . Total: 100 Total: 100 · · Be~mudagra_ss 60 ~Uffcile>grass ' 40 Total: .100 Table, 120.2.(2)b l'EMPOMRY.CO.OL~SE;ASQft.l. SEEPIN,G MTE;_ (lb.)_ Pµre _Liv~ $.~e~t(i=>L,S) : . . .. '..'·. . ·-: ·: . ·, ; . ,.. . : '. ~ .. ·:-: . ·. ;_: :;:· <:·> '·-.. :-·-·:-: _:; ··_·: : . . :: :_ '. '. ; ·, .. : ;. : . -::'< : . :· :_ .. , . '· -: _:; . ' . ·: .. ·~· !':: ;;:_: ........ : : : . ·, . ·' : .. '·. ~~-- ·-Dates -,·Aug 15 ·-. to . ·May 1 • · (All Sections)> -Tall Fescue · ' 50 Western .Wheatgrass : : .• · : : 50 :; Annual.Rye .. . :50 :: . >·,CONSTRUCTION METHODS: After the designated'.areas have been completed to the lines, grades, and cross-sections shown on the Drawings -.and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements -hereinafter described .• ,,····:,·: .. . a .• Watering. Seeded areas shall -be watered as .directed by the.Engineer -.so as . to prevent · washing ofthe slopes or dislodgmentofJhe seed. 02/09/2010 --SC-35 PART D -SPECIAL CONDITIONS b. Finishing . Where applicable , the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand , rather than by mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods . The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown ·on the Drawings, or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. · Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering , when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly . If the sowing of seed is by hand , rather than mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions ". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . 02/09/2010 SC-36 • PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be_ able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contrac_tor shall en~ure that the grass establishes. - 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis -shown on the Drawings. -The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a . different analysis, it shall be a pelleted or granulated fertilizer with .a lower concentration. Total amount ot·nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. · · · · . . . ,,,·.. ' ' ...... CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and · proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding" . MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be. made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 02/09/2010 SC-37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT : All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work . All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and 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. 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and pr~pare c;ind submit to the .~ontractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. · · 11 . ·Final inspection shall be in conformance with " general condition · item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE Pl..ANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid ·for applicable pipe or structure installation except for .short tunneling/tree augering . · · · ,2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line . or edge of the tree root system between tree and the construction area . 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. 'No trimmingwork ·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 D.I. 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 repla~ed with t.h.e sam~ type anq diam~ter tree at the . contractor's expense . · ·· · · · ·· · · · · · · · · · 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization ofthe best agricultural practices and procedures . • ·. · · 02/09/2010 SC-39 PART D -SPECIAL CONDlTIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work , shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun . D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding , blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 02/09/2010 SC-40 PART D -SPECIAL CONDITIONS 51.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be consideredto 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: i". 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 ta 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 fallows: -· 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 Campany or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. , ., ... · :2. SEWER: Boring used on this project shall be in ,accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents . '.: ··.' :·. ~--.' _:· .. 3 .-PAYMENT:· · · Payment for all materials, -labor, equipment, excavation, concrete grout; backfill, and incidental work shall be incl.uded in the .unitprice bid per foot. _,. ·, .•... :;0, ,·, 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 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location , time , and schedule of the service interruption . The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings , blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items . 51.7 Water Services The relocation , replacement , or reconnection of water services will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be ·as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced · shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. 02/09/2010 SC-42 PART D -SPECIAL CONDtTlONS 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 st~p 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 RE90NNECTION: Water ~eryice reconnection is .required when the existing service is copper and at adequate depth to avoid breakage. during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop .. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to fiye (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 ·twe.lve (12) inches , as · measured from the center line of the existing meter to location to t.he center line of the · proposed mete·r · 1ocation, 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, f!ttings, five (5) feet of type K copper service and all materials , labor, and equipment used by and for the· licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). · · ' · · ·.· · .· .·. This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation. 02/09/2010 SC-43 .. PART D -SPECIAL CONDITIONS 4 . NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-1 BA -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 fumishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply . The 2-inch temporary service main and 3/4-inch service lines shall be · installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-44 PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service 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 success ive project locat ion . 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 . 8. 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 flush ing 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 neieded the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines . All materials for construction ·of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 1 O parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in . service until two successive sets of samples, . taken 24 hours apart, have met the established standards of purity. · Purging and sterilization of the water lines shall be considered as incidental to the project ·. and all costs incurred w,ill . be considered to be included .in the linear foot bid price of the pipe. 51.1 O Work Near Pressure Plane Boundaries . Contractor .shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 02/09/2010 SC-45 PART D -SPECIAL CONDITIONS 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle , gate valve , and fittings shall be included in the · price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station , modification to the vault , fittings , and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings: E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking , vertical tie-down concrete blocking, and concrete cradle necessary for construction as des igned ., All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping , horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . 02/09/2010 SC-46 PART D -SPECIAL CONDlTIONS 0-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 0-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be · responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. 0-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same . day of excavation. No extra payment shall be allowed for this special condition. D"'. 55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1 . Vibratory Knif~ 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-:Wire: 14-1/2 gauge (medium .gauge) or 12 gauge(heavy gauge). ~-Surveyor's Plastic Flagging: 'Tundra" weight, International .fluorescent orange or red color. · · ·· · 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 02/09/2010 SC-47 PART D -SPECIAL CONDITIONS 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours , prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods , including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall ·be considered subsidiary to the project contract price and no additional payment will be allowed. D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in ·character, location, or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances , if required, shall be included in the linear foot bid price of the pipe. 02/09/2010 SC-48 PART D -SPECIAL CONDlTIONS 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 oLthe. 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 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 interrupUonnotification 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 ofthe sample flyers can be obtained from the Project Construction Inspector .. :All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made . D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-49 , PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets, sidewalks , etc. whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron . Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-61 TEMPORARY PAVEMENT REPAIR . The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compa~ted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost . of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve , maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 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 02/09/2010 SC-50 PART D -SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements , which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners . The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits , including obtaining the requisite insurance, and. shall pay any and all costs associated with or required by the permit{s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For . railroad permits , any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen , shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way ". No additional compensation shall be allowed on this pay item . D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on ·this project a public meeting "Yill be held at a location to be determined by the Engineer. The contractor, inspector, and 'project manager shall mE:?et 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 constructi_on be allowed to begin until this meeting is held. · D-65 . WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of ·Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation . A contractor or any subcontractor who does not pay the 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. 02/09/2010 ·SC-St . · ·, PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258 .023. Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , · the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid ·and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition 'of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding ·on all ·parties and may be enforced in any court of competent jurisdiction . Records ·to be Maintained . The contractor and. each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the 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 subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 02/0912010 SC-52 otherwise require all of its .; PART D -SPECIAL CONDITIONS D-66 · REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE -A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR · Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ord inance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled , pulverized or reduced to powder by hand pressures. C . The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. - E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM WATER POLLUTION PREVENTION {FOR DISTURBED AREAS GREATER THAN 1 ACRE) . . PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator'' by state regulations and is required to obtain a permit. Information concerning the 02/09/2010 SC-53 ,, .·•·· PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NO.I): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shaU sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as ,well as a commitment that the contractor understands the requirements of the permit for . storm water discharges from construction activities and that measures will be taken to implement and maintain storm water. pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $1'00 application fee. · The NOi' shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: . ''· City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas .Commissionon 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. 02/09/2010 SC-54 PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ requ ired 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 nec.essary 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, mulch ing , 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 ·· .t .he :proposal _as full c_on,pensation for all items .contained in the _project SWPPP .. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR O_PERATIONS 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 Contractorwill be prosecuted to the full extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions. 02/09/2010 SC-55 --, -_- PART D -SPECIAL CONDITIONS D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in . sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project , and construction schedule, to assist the City in evaluating and 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 ma il, ·return receipt requested demanding that , within 1 O days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor 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 ttie City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately. 0210912010 SC-56 PART D -SPECIAL CONDITIONS D-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air . Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equiprpent 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 . '':o~72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS , ... Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth . :-Transportation and Public :Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper •···. permit and permission may result in a fine of $500/day to the contractor performing the.work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D -SPECIAL CONDITIONS 02/09/2010 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No .: Project Name : Mapsco Location: Limits of Construction : THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 02/09/2010 SC-58 ·.·, .. ·· ·. 02/09/2010 PART D ..; SPECIAL CONDITI.ONS ~----- DOE 110. XXXX Project Kame: 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 TffiS SHUT-OUT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS S_UPERINTENDEN1) . (TELEPHONE NUMBER) OR MR. ___________ AT_· --------- . (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __ ___,, _______ __:,CONTRACTOR SC-59 PART D -SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HcALl'H ~ OEl\t_1Q!,.ITION I RENOVA'llON NOTIFICATION FORM r NOTc: C.IRCLE ITEMS THAT ARE AMEN.OED 0 T D . H NOTIFICATION#_._. -----"'-,------ff 1): Aba:ernent Co.ntracfor: ________ .. _~ _________ TDHUcense Nymber.._ __ ;...__ ... · Address:. ____ . _________ City:-----,,,.,..--~----· Slate: ___ .Ztp: ._.;...__;__;_.;. . Office.Phone Nutiiber:{ } , JolrSlle Phone Number.._···· ... '·-.;;;.··''""'', ..... ,··-----'---"-----'--:------,-'-" ~t-f~~~; ·. •. ' ' :~ fil~t ~ii~~:j~:._·_. -"-'-"'"'"'-__;-..,...,._-""""9 ____ ............ Trained On-Site NESHAP Individual:·: CerlifiCiltion OQ.te=-----~-- bemolitiOri ,Contractor: __________ --:-=--Ortlco PhoneNumbe,.:i....~..,----__;-=------ ; I, . · Ad~s:--'-·-'--, -'---· ---........... .....;.......__....;..;..;...;. · City:. _________ ._Stale;._-. ........ :ZiP;·---- ).t 'V: ' iJ ' t A_ · 3} F'acllityOwner: .•. _ ............ ~'-"---'-'-"'--_;_-"--'------'--------.;-----------~ Aitonlian: .... :' -·-· ---'-------'----"'"--'----'---'----------......... ---'-----------P: M!ii:liliS Addt,e": _ ... 'A City; . . .. . . ·. State:·, Zip·. OwnerPhoneNumbcr!} . . · ,:: · · *~Noto:.~~: lrwo_i~o ~(the notlfil?atlon fee-wlll ~ .aent to the ,o:wner of the ~ullctlng _ end ,~o l).i11Jn91::iek,lrcss fOr the Tnvolce wlll be , ~ .qt,1~Jn1id from ,ti1e>1nrorl'rii:llion t~~tls ptOYlded lri thl.& uctlon:' , . . · · , . ,-· · ·.·· ·· · · · ,,, . . . ,.l'f . 4.fOescrfptlon or facility Name: . .:..·--------........ =~--------...... ---------- . f; · Ph11$i~I Adtlress; > ·.· · . ·. County:·: \, · · • City:.-"-.• ·c...·· ....:..:.----~ ..... Zip:._. ----. '5-, Faclley Phone Nu'm-"'"'be-r,.;., ...... _ ....... _____ .._....._......,.,.-. Facility Coota.,ctf>er,on,:,.;.·•'-· ___ ...;,. _______ _ tt oescripeion Df Area!RQom Number;, ________ ......,....., _____ _.... __ -'-----'-----'----....:..:.-~ A. Prior Use; < . . . · . Futllte Use:.-'.---· _·......_. ---~-------~------- ·~ AgeofBuHdii)siFaclllly:.,_ -"-~.....,..Sitti:._._· __ . ~-· Nurrib~r 'offli:iom· __ . _,,,....._:-'~ool(K;·12}: 'iJ YES ONO 5) '.1)tpe of ytork: O, PemqJitlcm o .Renovatl~n (Abat~cnt) ·. a· Artnua.1 Con~!DJidated · Wbtk-will be dunn~ o !Day · o Evening .0 Phased Pr<ljeet.. · ':llescrij>Uonofworkschedule,,·.._. _··---,----,__;....,.;.,.;._,...;....:.-'-'c....;.,:.~ ..... -;..;;,;.· -_ .. _··-··'·.....,. ...... ---------:'.·-::_ j!·; .... ~-· -( '· :-:, :-,-·. ·;.\ :., .. ~-~ . 6) l.s !his a Publfc: Bui!d[ng? t:i Y~ N~SttAP-0.nly F,aclllty? ti YES . . . . . . 0 NO Federal1Faclllty1 DYES o. NO lndul!itrial Site? DYES IJ NO o No · ·,. . ·. · Is BtiifdingJFQCUH.y oocupiadi? o 'YE$ . t i NO · ' •·. . .• J • . '· . ·" 7) Notificati~nTypeCHECKONLVONE . . · .·· ·. ·. · .··. f' '. , ... a!cirigin~i ·(1~~orklrigp~y&) ti Cance11atfo!i lJ Ameiidment .·.~.·.Ei!':ergc~cy/Ordcrcd . S. ' If ihis is an ~mendmiml, whi~ amenr!ment ntmber Is. this?_(Encloso ~PY cfortglnal and/or la1it amendment) 'a·i\ · If en ·~ergericy, :who dldi you talk wJtll ·at lDH? . . . ' ' : · · Emergency#~ . . ' ti •• Date lirfct:Holir of Emeir.ency' (HH/Mt.4.IDO,YY): . .... · . . > Oescttplicn or 11'1e iuaden, unex-pected event and explanatlon or how the event caused unsafe condition$ (Jr" Would cause .~ 'equipmentdam~e{eompulC'ls~inachinary,etc .. '' ' .' '· .··' ,(:, .. :,:·' '' ,.,,,,,,,,,,,,,, n: . • • ·1·. i. . • . . • 8) Oascripit(.>n of p~Ule$ to be followed In the event that WtCXpectad asbetitos. is found or pn:wio1,15Jy non•friable :, )ist>esto.s materlahb~omes eiumbl8d;0 pol~tmzed, or.reduced 10 powder:· ', , , .· < . ·.:, ..• · '' · ,,,,,,,,.,,,,,,,, .. '· .. ·. •.' ·-:· . 9) .,,..,,:~11 -~n Asbes1os 51.lrvey performed? ·D YES a NO . Dale~ I · 1 · · TOH in!ipeclor, License No·.__ _____ _ . ·M~cal l'v.1e1hod; D PLM D TEM a .Assumed TOH Ulb'3t~lt>fylit;e.0$e No;,..,..,. ...... ___ _ •{forTAHPA (publi_e buil(fil'lg') prajao1s: .en asisumption mus~ be m~de l>y a TDH Licensed lnspecltir} .·. ,, ·. .'.' : ; . . '· ;-.:.· . ·. lO) Description of Planned <iemclilirin or raruwationwork, type .ofmaferi81,.and method(s) tobe used . ._;--~---- 11) Desctip,tion or work pr.acnces and engineering con.trots io be used 10 prevent emissions of ~sbestos ~t the d$rnolifiQn/renQila1ion: · -------'---""--'',.;,,;.,,_~------.. ·-·-.:, -,_· -. . ._ .. :. .... ., , .. 02/09/2010 SC-60 PART D -SPECIAL CONDITIONS .. •. .. . . ·· .. ··.· 12) All tlppllcable Items .in :Iha following table m1,1$t b1J ,complet.ed : IF NO ASBESTOS PRESEN.T CHECK HERE ui ·. ,. ·.,_:· ...... '..·,.. .... . . ... . . . ... : ,· _; .· . -.... ·.' . i~j(}~i~1t,t!~\~'.~f~!.5 ' 10 ,~~~e:'-,--,--,----.-C,,.,t,..ty-·::.·· ·:··· :::::::::::::::_--st=a-1e-: -_-_~_-_"-'. =· .... i_ip-; =====:.: ·~.'-. :---": T~eph~ne :.( · ). TNRCC Permit Ni.imber;; t , ' --~./-'' ,-.-: ,, ~-1,: .. ·:·\···:':·:-··· .,._ .·· .• :·' ;·:, ·i·: :·,-------- f' ·, 15) · For structurally unsound racllltles , attaeh a copy of ,cremolitian order arid i<len.liry GQvemmental Official below: . . . ,. Nam.Et: _ . . ·• · -· _ _ 'R~glstration No: . . · i~~}~,j~~tz.~~£~~·~1.~=I I::: 1 1 I I · .. , ,:N:c,f•;;IJ:ihe. startdale 011 llils n~~r,elltii)l'I e:iin not bo tnof, tho JDf.t ~1.anal or Local Program office Afud!be contacted by . . , .·· ~!JJ>,~t P10,r~rf~ft~:~,tr:~r::r~1.f.~ io d,o ~C) ~ ~iw~1~?}~ ~fc;~?-~°'~!T~r~:'.~~le>n ~~5-ti 1;·. :. ·.· .•. ,···' ' ·. ' I MrefJ)' oer'ilify 1haH1U infollTl~tlp11 I have provld~ .Is .com~ct ; ~mpletc,:.atld .1ttJe .tp the best of my krtowfedge. I ei::km,ii;r,.vledge . , t~~t 1 'il m ~~oi:i~~le for:~U ,~pacts oftlie riotificalion form,. ~clu~i ng , byt 'not limitil"i9 ; <::o.1t~l and submlss[on dates > The · . ; maximum p111rnaltyi&$10,000 pe r dey per v4<>1atlon ;· . ' · ·' ·· ' · · · . :\·:.::-:.;_ ·;· ·. :x .... : : ·._ ;>'; .::~:.1::/: :".,·:~/ ::-<::::::\·:\/'(? ·::·-. . . . ~::··~: · .. : . E:' ''~S:IQnti *UJe ~/ Builtl.lnif Owner/.(.)perator . \ ·otoe'legated:Coosultant/Contractor) · ':,:"!:. . :.· .· · . .'\: ' . .,.· .. ·· ·:····. /'.~\\·-: ,MAILTO: \(/(-:~,--_,·::· ii,) :'~iij,~1~'~»~ (Printed Na~~t ·•· ,• ·."' .. ·(Date} ' ASBESTOS No'J'IFiCAllON SECTION iOXlC SUE!~ANCES COITTRQ;t DIVISION TEXAS . DEPARTMENT OFHEAL'f.li : PO :eox .143538 ·. ·· . . . · ·· 'AUSTIN, l.X ·:18714-3536 · PH: s .12..s:w~~ao, 1-SC'Q~72-5548 (Telepti~e) L _ l (Fax NumtM:r} · ·· ~~axcy ttrc not acccptttd" Fil!"?Ae~~,'~~t~ct0712W02, Replaces TOH form ilated.07/t3I01 , Porassistance in ~~ling~rm, (;~/.1-800.572-5548 -.. :·.;.;.·. ··\·.:... ·.... .... . . . . . . . . 02/09/2010 SC-61 .. :. PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 PART D -SPECIAL CONDITIONS ET. Cr ane,, Clamshell, Backlloe,. IO errick, 0Tag6ne. Shovel Electrician Aaggier Form BtJi rder-Structures Form Setter-Paving & Cu rbs Foundation Drill O erafor, Crawler Mounted Foundation Dri H O eraf.o,, Truck Mourned Fron! Encl iloader L aborer-C-ommon Laborer-Utllify Mechanrc Milting Machine Operatcr., Fine Grade MixerO erator Pa...-ement Markin Pi e La er Roner, steel Wheel Pi an!,. Mioc f'a,,-ements Roll er, Steel Wheel other Flatwh.eel or Ta Source is AGC of Texas (Hwy. f{vy, Utiliiies Industrial Branch) WY,W.access.gpo.govl davisbaconl 02/09/2010 $13.63 $12.50 $13.56 $14 .50 $10Jl;1 $14 .12 $18 .12 .$8.43 $11.63 $1 1.83 $13 .67 $16.30 $12.62 .$'9.·t a $10.65 $16.97 $1 1.83 $11 .58 $15..20 $14.50 $13.'1 7 $10 .04 $11.04 $1 1.28 $fO.gQ $11.D7 $1:4.S6 $16.2:Q SC-63. Wagon Drill. Boring Machi ne. Post Hole Driller Welder 'Nork Zone Barricade Sai.•icer $10.Qt $11.47 $11.75 $14 .93 S 12.08 S14.0D $13.57 s10.og 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 DA-34 DA-35 DA-36 DA-37 DA-38 DA--39 DA-40 DA-41 1ID1t41·2 DA-43 DA-44 _DA-45 DA-46 DA-47 DA-48 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ......................... .4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ........... : .................................... 4 PIPE EN.LARGEMENT SYSTEM ................................................................................... 9 FOLD AND FORM PIPE ........................................................................ ." ..... .-................ 17 SLIPLI.NING ................................................................................................ : ................ 21 PIPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 28 TYPE OF CASING PIPE ...... , ....................................................................................... 32 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR.. ............................................. 32 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 35 MANHOLE REHABILITATION ............................. ; ...................................................... 37 SURFACE PREPARATION FOR MANHOLE REHABILITATION ... : ........................... .48 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ................ .49 INTERIOR MANHOLE COATING -QUADEX SYSTEM ........................ , ..................... 51 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ..................................... :54 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .... : ..................... : ......... 56 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER. .... 59 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ...................................... 62 RIGID FIBERGLASS MANHOLE LINERS ................................................................... 64 PVC LINED CONCRETE WALL RECONSTRUCTION ................ : ............................... 67 PRESSURE GROUTING ............................................ · .................................................. 70 VACUUM TESTING OF REHABILITATED MANHOLES ................. : ............. : ............. 73 FIBERGLASS MANHOLES ............................................. ; ........................................... 76 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 80 REPLACEMENT OF CONCRETE CURB AND GUTTER ..... ; ...................................... 81 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 81 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ........... : ................................. 81 GRAD.ED CRUS.HED STONES ........................... ~ .. _. ...... : ................................................ 82 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE .... : .... ; ........................... : ..................... 82 BUTT JOINTS -MILLED ................................................. · ......... : ......................... ; ........ 83 . ~ . . . 2'' H.M.A.C; SURFACE COURSE (TYPE "D" MIXL ....... : ....... :~ ... : ......... ~ .................... 84 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER. ............................................ 85 NEW 7" CONCRETE VALLEY GUTTER ........... ,'. ................................ : ....................... 85 NEW 4 11 STANDARD WHEELCHAIR RAMP ....... ~ ...................... i ................... ~ ............ 86 ·. 8" PAVEMENT PULVERIZATION ............................................................................... 86 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 87 RAISED PAVEMENT MARKERS ........................ ·· ....................... ~ ................................. 88 POTENTIALLY PETROLEUM CONTAMINATED ·MATERIAL HANDLING ................ :88 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ......... 93 ROCK RIPRAP -GROUT -FILTER FABRIC .............. ; ..... ~ ...................... :.·; ................ 93 . CONCRETE RIPRAP ...................................................................................... :····· ........ 97 . CONCRETE CYLINDER PIPE AND FITTINGS ............................ : .............................. 98 ~'0 N'' .,ii.:a· ·:E· tr.ys ··n:1· a ·E··'.i E·· ·1:m: .. ;;m: ... 1 .. f•~'s''t~i ;:.:.-~i s· ~'Be"~'ift1,mRs·"' · · · · .. ·· · ·98 ,~V , \;;;ii,. ti : ··f f:;:{ r.i ·{~ _.1: .t .--.. ~ I~.-~. ,:.·Nt~U.;;:, .17:; ~· M~ .... , .... '""""'""""'.""'"·""""""''"""""""""."'""'"""'"·•••••, ........ . ' . . . . . UNCLASSIFIED STREET EXCAVATION ................ , .............................. : .................... 98 6" PERFORATED PIPE SUBDRAIN ....... ~.-........................................ ~ ......................... 98 REPLACEMENT OF 4" CONCRETE SIDEWALKS .......... :.··· ...... : .............. : ............... 100 RECOMMENDED SEQUENCE OF CONSTRUCTION .............................................. 100 PAVEMENT REPAIR IN PARKING AREA ................................................................. 100 EASEMEN.TS AND. PERMITS ................................. : ................................. : ................ 100 ASC-1 DA-49 DA-50 DA-51 DA-52 DA-53 t5A,.54 DA-55 DAi56 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 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA--91 DA-92 DA-93 DA-94 DA-95 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS HIGHWAY REQUIREMENTS .................................................................................... 10.1 CONCRETE ENCASEMENT ..................................................................................... 101 CONNECTION TO EXISTING STRUCTURES ........................................................... 101 TURBO METER WITH VAULT AND BYPASS INSTALLATION ................................ 101 OPEN FIRE LINE INSTALLATIONS .......................................................................... 102 WATER SAMPLE STATION ...................................................................................... 102 CURB ON CONCRETE PAVEMENT ......................................................................... 103 SHOP.''DRAWINGS .. ····· ............................ •.• ................................................................ 103 COST BREAKDOWN ................................................................................................ 104 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................. 104 H.M.A.C. MORE THAN 9 INCHES DEEP .................................................................. 104 ASPHALT DRIVEWAY REPAIR ................................................................................ 104 TOPS.OIL .................................................................................................................. 104 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................. 104 BID QUANTITIES ..................................................................................... ; ................ 105 WORK IN HIGHWAY RIGHT OF WAY ..................................................................... , 105 CRUSHED LIMESTONE {FLEX-BASE) .................................................................... 105 OPTION TO RENEW ................................................................................................. 105 NON-EXCLUSIVE CONTRACT ................................ : ....... , ........................................ 105 CONCRETE VALLEY GUTTER ................................................................................. 106 TRAFFIC BUTTO.NS ................................................................................................... 106 PAVEMENT STRIPING .................................................................................. : ........... 106 . H.M.A.C. TESTING PROCEDURES .......... ; ................................................................ 106 SPECIFICATION REFERENCES ............................................................................... 107 RE.LOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ....................................................................................................... 107 RESILIENT-SEATED GATE VALVES ..................................... : ................................. 107. EMERGENCY SITUATION, JOB MOVE-IN ............................................................... 107 1 Y:.i'' & 2" COPPER SERVICES ................................................................................ 108 SCOPE OF WORK (UTIL. CUT) ................................................................................ 108 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT} ..................................................... 109 CONTRACT TIME (UTIL. CUT) ................................................................................. 109 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ............................... 109 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT} .................................................. 109 LIQUIDATED DAMAGES (UTIL. CUT} ............................................ __ ........................ 109 PAVING REPAIR EDGES (UTIL. CUT) ...................... , ............................................... 110 TRENCH BACKFIL.L (UTIL CUT) ............................................................................. 110 CLEAN-.UP (UTIL. CUT) ............................................................................................. 110. PROPERTY ACCESS {UTIL. CUT) ........................................................................... 110 SUBMISSION OF BIDS (UTIL. CUT) ......................................................................... 111. STANDARD BASE REPAIR FOR UNIT I (UTIL CUT} .............................................. 111 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill {UTIL. CUT) ............................ 111 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ............................................................ 111 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) .......... 112 MAINTENANCE BOND (UTIL. CUT) ....................................................... : ....... : ......... 112 BRICK PAVEMENT (UTIL. cun ............................................................................... 112 LIME STABILIZED SUBGRADE (UTIL. CUT) ........................................................... 113 CEMENT STABILIZED SUBGRADE (UTIL. cun ..................................................... 113 ASC-2 - DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-119 10/23/08 PART DA -ADDITIONAL SPECIALCONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT} ....................................... 114 "QUICK-SET'• CONCRETE (UTIL. CUT} ................... ; ............................................... 114 UTILITY ADJUSTMENT {UTIL. CUT} ........................................................................ 114 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT} .... 115 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CUT} .................................. 115 CONCRETE CURB AND GUTTER (UTIL. CUT} .............. ~ ..................................... 116 PAYMENT (UTIL. CUT) ......................................................................................... 116 DE.HOLES (MIS.C. EXT.J ........................................................................................ 117 CONSTRUCTION LIMITATIONS (MISC. EXT.) ..................................................... 117 PRESSURE CLEANING AND TESTING (MISC. EXT.) ......................................... 117 BID QUANTITIES {MISC. EXT.}.. ................................. ; ......................................... 117 LIFE OF CONTRACT {MISC.EXT.L .... 0. .............................. ; ................................ 117 FLOWABLE FILL (MISC. EXT.) .......................................... ~ ..................... ~ ........... 118 BRICK PAVEMENT REPAIR (MISC. REPL.) .. ~ ..... ~ .. ;· ................. ; .......................... 118 DETERMINATION AND INITIATION OF WORK {MISC. REPL.) ........................... 119 WORK ORDER COMPLETION TIME (MISC. REPL.) ............................ : .............. 119 · MOVE IN CHARGES (MISC. REPL.}.. ............................... , ................................... 120 PROJECT SIGNS {MISC. REPL.L ................................. ,, ... ~ .............. ·.~ ................. 120 LIQUIDATED DAMAGES (MISC. REPL.) ......... , ...... ~, ...... , ...... · ...... , .. ~ ..................... 120 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ........................................... 120 FIELD OFFICE ....................................................................................................... 120 TRAFFIC CONT·RQL PLAN ..... , ................................................................................. 121 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............ 121 CATHODIC PROTECTION SYSTEM 122 ... ,_ ': .; ..... · . . ~. ·., ' .. ~. ·• ·. ·. '.: ·.' >·· .·· ;.,.: .·· ' /·. '; ... . ·. '. ' ··, ~ .. ' ., . . . . ~ . ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project , each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units . Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period . DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE A WORK TO BE DONE: The work to be done under this contract consists of rehabilitation of existing sewer lines by the Cure-in-Pl.ace Pipe Method or approved equal. Cured-in- place pipe consists of a resin impregnated flexible tube, coated with an elastomeric coating, when inverted into an existing sewer pipe through existing access manholes, and which, under proper hydrostatic and thermal conditions, is cured-in-place, becoming a structurally sound cured-in-place pipe. The thickness of the pipe will be dictated by the structural requirements of the sewer pipe with no loss of cross sectional area other than the thickness of the resin-impregnated tube. The pipe will be impermeable to water, provide corrosion resistance , and an optimum friction factor for the sewer flow. Branch connections shall be reinstated by a remote controlled cutting device. 10/23/08 The work consists of providing all labor, equipment, transportation , materials, and supervision necessary to : 1. 2 .. 3. 4. Thoroughly clean sewers as required for the installation of the resin-impregnated tube. · · Inspect sewers by closed circuit color television (CCTV), including identifying and marking the location of each service connection . Cost subsidiary to Pre- Construction TV Inspection. Notify residents at least 48 hours prior to service interruption. Install the resin-impregnated tube of the correct thickness as specified. ASC-4 - PART DA-ADDITIONAL SPEC.IAL ·CONDITIONS 5. Cut out all service connections by remote cutters and restore service within 18 hours. 6. Re-inspect by CCTV to verify satisfactory completion of work at time of lateral reinstatement. Cost subsidiary to Post-Construction TV Inspection. 7. Pump around all dry and wet weather flows to accommodate the process at each separate installation, as required . 8. Comply with all appropriate governmental agencies' regulations regarding traffic, safety procedures and permits, the cost of which is the responsibility of the Contractor. B. MATERIALS: The fiber felt tube shall be fabricated to a size that when installed will tightly fit the internal circumference of the conduit specified by the Owner. Allowance for circumferential stretching during inversion shall be made and shall meet ASTM-1216 . The minimum length shall be that deemed necessary by the Contractor to effectively span . the distance from the inlet to the outlet of the respective manholes, unless otherwise specified . The Contractor shall verify the lengths in the field before impregnation . Individual inversion may be made over one or more manhole sections, as determined in the field by the Contractor. Unless otherwise specified, the Contractor shall furnish a general purpose unsaturated polyester resin and catalyst system that meets ASTM standards and the finished cured physical strengths specified . C. . REQUIRED THICKNESS OF CURED-IN-PLACE PIPE: The thickness of the pipe will be 10123108 determined from information supplied or manufacture's recommendation for the condition of the existing pipe . Should pre-installation inspections reveal the sewers to be in substantially different conditions than those in the design considerations, the Contractor can request such changes in pipe thickness, supporting such request with design data in accordance with the pipe manufacturer's standard design criteria as follows: Sewer Diameter 8" 10" 18" 21 " LINER THICKNESS Pipe Invert Depth up to 1 O' (also the minimum) 4.5mm 6.0mm 6.0mm 6.0mm 7.5mm 9.0mm 10.5mm ASC-5 . ' Pipe Invert Depth 10'-15' 4.5mm 6.0mm 6.0mm . 7.5mm 9.0mm 12.0mm 13.5mm ·····.,\,•','; Pipe Invert Depth Over 15' 4 .5mm 6.0mm 7.5mm 9.0mm . 10.5mm 13.5mm 15.0mm PART DA -ADDITIONAL SPECIAL CONDITIONS 24" 12 .0mm 15 .0mm 16.5mm 30" 15 .0mm 18 .0mm 21.0mm 36" 16.5mm 21.0mm 24.0mm 42" 19.5mm 24 .0mm 28.5mm 48" 22 .5mm 28.5mm 33.0mm 54" 25 .5mm 30.0mm 36.0mm 60" 28.5mm 34 .5mm 39 .0mm D. PREPARATORY WORK: The installation procedures shall be as follows unless otheiwise approved by the City. 1. Safety -The contractor shall carry out his operations in strict accordance with all safety requirements. Particular attention is drawn to those safety requirements that involve working with scaffolding and entering confined spaces. 2. All · easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the Property Owners involved for the use of additional property required. No additional payment will be allowed for this item. If a street must be closed to traffic because of the orientation of the sewer, the City shall institute the actions necessary to do this for the mutually agreed upon time period . 3. Before using any water from the City of Fort Worth , the Contractor shall be responsible for the water meter and related charges for the set up, including the · water usage bill. All expenses shall be considered incidental to cleaning. 4. Cleaning of Sewer Line -It shall be the responsibility of the Contractor to remove all internal debris out of the sewer lines and flush the sewer lines clean, disposing of debris off-site. Debris is not to be washed downstream into other sewers. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of at no additional cost to the City. It is the responsibility of the Contractor to secure a legal dump site for the disposal of this material. AU materials shall be removed from the site no less often than at the end of each work day. All cost for the above-described work shall be paid for by the. price bid per linear foot for Cleaning and Television Inspection . 5. Inspection of Pipelines -Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post-Construction Television Inspection of Sanitary Sewer Lines". E. INSTALLATION OF THE RESIN IMPREGNATED TUBE: 1. 10/23108 The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated fiber--felt tube will be vacuum impregnated prior ASC-6 - - 2. PART DA -ADDITIONAL SPECIAL CONDITIONS to installation. The Contractor shall allow the Owner to inspect the materials and "wet-out" procedure . A resin .and catalyst system compatible with requirements of this method shall be used . The quantities of the liquid thermosetting materials shall be per manufacturer's standards to provide the wall thickness specified. All felt shall be impregnated under vacuum. The wet-out fiber felt tube shall be installed through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend it to the next designated manhole. The impregnated tube shall generally be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the felt tube shall be turned inside out and attached to the standpipe so that a leak-pro.of seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall and produce dimples at the side connections. A lubricant, if used, shall be as approved by manufacturer's standards. Manufacturer's standards shall be closely followed during the elevated temperature curing so as not to over-stress the felt fiber and cause damage or failure prior to cure. In certain cases, the Contractor may elect to use a top inversion. 3. Curing: After inversion is complete, the Contractor shall supply a suitable heat source and water or steam recirculation equipment. The equipment shall be capable. of delivering hot water or steam throughout the section by means of a pre- strung hose, which has been perforated per manufacturer's recommendations, ta uniformly raise the water temperature above the temperature required to effect a cure of the resin. This temperature shall be determined by ·the resin/catalyst system employed and shall be per manufacturer's standards. 4. The heat source shall be fitted with suitable monitors to gauge the temperature of 5. . the incoming and outgoing water or steam supply. Another. such gauge shall be placed at the remote manholes to determine the temperatures during cure. Initial cure shall be deemed to be completed when inspection of the exposed portions of the cured-in-place .pipe appear to be hard and sound. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the inversion process, during which time the recirculation of the water and/or steam and cycling of the heat exchanger to maintain the temperature continues. Coal-dawn: The Contractor shall cool the hardened cured-in-place pipe to a temperature below 100 F before relieving the static head in the inversion standpipe . Cool-down may be accomplished by introducing cool water into the inversion standpipe to replace water or steam being drained from a small hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed . that could :damage Jhe newly installed cured-in-place pipe. F. . SERVICE CONNECTIONS: After the pipe has ,been installed, the Contractor shall 10/23/08 reconnect the active service connections. This shall · generally be done without excavation, and, in the case of non-man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-established them to not less ASC-7 ... , . -· ... PART DA -ADDITIONAL SPECIAL CONDITIONS than 90 percent capacity. Existing services shall be reinstated within 18 hours of installation. Should internal reinstatement not be possible, the services must be reconnected externally by excavation immediately. Service saddles acceptable to the Engineer shall be utilized. Backfill at service connections shall be cement stabilized (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. Each reconnection shall be paid for separately. Six inch sewer lines shall have service connections completed by external means. Contractor may re-connect the 6" sewer line connections by internal means in special cases with the approval of the Engineer. G. ACCEPTANCE: The finished cure-in-place pipe shall be continuous over the entire length of an inversion run between manholes and be smooth and free from substantial wrinkles, as well as defects, and improper house connections. Should any of these defects occur, the line shall be excavated, repaired and/or replaced and complete restoration made to the satisfaction of the City at no additional cost. The watertightness 'of the pipe shall be tested for leaks under a positive head during cure with allowances being made for end leakage and temperature effects. H. CLEAN-UP: Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by his operations to original or better conditions. I. PATENTS: The Contractor shall warrant and save harmless the City and all of its officers, agents, and employees against all claims for patent infringement and any loss thereof. J. SPECIAL NOTES: The Contractor shall be liable for damages to the homes or basements from backups which may result during the installation of new pipe. K. MEASUREMENT AND PAYMENT: 1. Cured-in-Place Pipe (CIPP) Installation: CIPP installation will be measured for payment by the linear foot of CIPP actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Service Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials, and the lateral connection, including all necessary pipe and fittings to · connect the existing service line. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Television Inspection and Cleaning: Special Condition for Post-Construction Television Inspection applies. 4. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer. tOl23IOB ASC-8 - - PART DA -ADDITIONAL SPECIAL CONDITIONS 5. By-Pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for the inversion of the resin- impregnated tube. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. · 6. Point Repairs: Point repairs shall be made before or after a cured-in-place pipe installation at the Contractor's option. Point repairs shall be conducted only if mutually agreed to by City and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose, it will be the responsibility of the Contractor to check with various utility companies and determine the location of their facilities. Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor, material and equipment for pipe replacement according to standards. 7. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc., shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 10123/08 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system ·method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing · systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; Mclat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife11 with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the 0 knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe ASC-9 ,!.·, :·-,.·-.· 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a Hcensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the City: a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation far handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City. c. Method of construction and restoration of existing sewer service connections. This shall include: 1) 2) 3) 4} Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. Certification of workmen training for installing pipe. Television inspection reports and video tapes made after new pipe installation. ASC-10 -B. - 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense , before proceeding further . c. Deliver, store and handle other materials as required to prevent damage. MATERIALS: -1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high {250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000 . 2. a. . b . C. d. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection . The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source . All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SDR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . .Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3 . ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. c. Rejection : Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS: 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions ta homes shall not exceed 18 hours. D. PREPARATION: 10/23108 1. Bypassing Sewage: a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer . ASC-12 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. 2. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe} which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspectton reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the . necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall _be submitted to the City for review. b. Correction of Sags: Sags shall be corrected by .open cut and by adding additional bedding material to bring the sag back to grade where access is . available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected prior ta commencing with pipe enlargement. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The City shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work . . c. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply. ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Construction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and 0-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 10/23108 1. Site Organization: a. Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized. b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. c. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM, so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11 :00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other · --. activities other than the actual pipebursting may continue after 6:00 PM. 2. Finished Pipe: The installed . replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration , pitting, varying wall thickness·, pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions. or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing: a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. ASC-14 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole or i.f it is impassible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"-18" full circle steel clamp shall be utilized to connect segments of the HDPE pipe. 4. New Pipe Installation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cut,er and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. b. C. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours :after installation. Provid.e a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout .flexible connector in the manhole, fining all voids the full thickness of the manhol.e wall. ·· ·· · · Restore manhole bottom and invert. ·.·· : · .. , . . . . . . ,. .,, ASC,.15 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Field Testing : a. Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole section of san itary sewer ma in has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requir ing external blocking or bracing . One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line . Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4 .0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table : Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) 8 4 10 5 12 6 15 7 b. Post-Construction Television Inspection of New · Pipe : Refer to Special Condition for Past-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND. PAYMENT: 1. 2. 3. 10123/08 Pipe Installation : Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot far the various sewer diameters listed. Service Reconnections : lnstal.lation of sewer service connections will be measured for payment by each actually reconnected . to the installed pipe . Payment will be made for the quantities measured at the unit price per each listed . Payment shall include required excavation arid backfill, saddles, flexible connections ; · and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines . The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines . ASC-16 - PART DA -ADDITIONAL SPECIAL CONDITIONS . 4. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass, lines shall be of adequate capacity and size to handle all flows. AU costs for by-pass pumping required during installation of the pipe shall be subsidiary to . pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment wiHbe allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-4 FOLD AND FORM PIPE A GENERAL: 1. Description: The Contractor shall utilize the installation of polyethylene or PVC sewer lines to restore the watertight condition of sanitary sewer lines. B. MATERIALS: 1. Polyethylene Liner Material: The polyethylene liner material shall be a high density polyethylene pipe compound which conforms to ASTM D-1248. The polyethylene pipe liner shall meet manufacturer's standards. The lining shall be a hard impermeable pipe which shall conform to the minimum structural standards applicable, including ASTM D-368 for 3,300 psi tensile stress, ASTM D-638 for 4,500 psi for flexural stress, and ASTM D-790 for 145,000 psi for modules of elasticity. The finished liner shall incorporate materials which will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards. The liner shall be light in color to facilitate closed circuit television inspection. 2. Polyvinyl Chloride (PVC) Liner Material : Polyvinyl pipe shall conform to ASTM D3034. The PVC compound used for the folded pipe shall conform to ASTM D1784 classification 12334-8, 123448 or 124548 or C. Compounds that have different cell classifications which are superior to those of the specified compounds are also acceptable . The lining shall conform to the minimum structural standards applicable including ASTM D-790 for 6,000 psi flexural stress and 350,000 psi 3. . modulus of elasticity. Sizing of the Liner. The liner diameter, length and wall thickness shall be appropriate for each designated location. The Contractor shall verify the actual sewer lengths and diameters ·in the .field prior to cutting the liner to length and sizing the diameter. · a. The liner shall be fabricated to a size that when installed will neatly fit the internal circumference. of the sewer to be lined. Allowance for ASC-17 · .. i .. ···.: '·· • •. -t ·.,-. PART DA -ADDITIONAL SPECIAL CONDITIONS circumferential stretching of the liner during insertion shall be made as per manufacturer's standards. b. The length of liner shall be that deemed necessary by the Contractor to effectively carry out the insertion and seal the liner at the inlet and outlet points. When reformed, the hardened liner should extend from end to end of the sewer segment being lined in a continuous tight fitting watertight pipe-within-a-pipe. c. The wall thickness •of .the folded pipe ·· liner shall conform to the design criteria of the manufacturer or the ·licensee; however, the minimum wall thickness shall conform to the following tabl.e: Existing Pipe I.D. Minimum Wall (inches) Thickness (inches) 6 0.236 8 0.265 10 0.331 12 0 .392 C. EXECUTION: 10123/08 1. General: Liner installation shall be accomplished by pulling the liner through the existing sanitary sewer pipeline utilizing a power winch and steel cable with an appropriate · pulling head at the end of the liner. Rounding of the liner shall be accomplished by utilizing a heat source such as water or steam with a rounding device to reform the folded pipe into a hard, impermeable round pipe. 2. Preliminary Cleaning and Inspection: a. b. C. Prior to any lining of designated sanitary sewer line segments, the Contractor shall remove internal deposits as necessary to assure proper liner installation. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location ' and extent of any structural failures, which may prevent proper installation of lining materials into the pipelines and location ofservice laterals.' · · ·· It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, dropped joints, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these specifications that cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction . ASC-18 - PART DA -ADDITIONAL SPECIAL CONDITl'ONS 3. Documentation: Special Conditions for Pre-and Post-Construction Television inspection apply , items D-35 and D-38, respectively. 4 . Flow Bypassing: The Contractor, when required , shall provide for the transfer of flow around the section or sections of pipe that are to be lined. The bypass shall be made by diversion of the flow at an existing upstream access point and pumping the flow Into a downstream access point or adjacent system. The pump . and bypass lines shall be of adequate capacity and size to handle the flow. The . proposed bypassing system shall be approved in advance by the Owner. All costs of flow bypassing shall be considered incidental to cost of rehabilitating the pipe . . 5. Notification of the Public: The Contractor shall notify all Property · Owners affected by the liner installation work at least 48 hours prior to commencement of the work which will temporarily plug the sanitary services of the Property Owners connected to the sewer line segment being lined. Notification shall be by written notice and, when possible, shall be verbal, also. Customer complaints during installation shall be resolved by the Contractor, 6. Liner Installation : a. The liner shall be inserted into the existing sewer line with a power winch and steel cable connected to the end of the liner by use of an appropriate pulling head. A second pulling head may be attached to the other end of the liner for attachment of a tag line to pull the liner back out of the sewer line, if necessary. Precautions should be taken during insertion to protect the liner pipes to prevent scoring the outside of the liner as it is being pulled into the sewer. b. Prior to reforming the liner, "O" Ring·gaskets shall be installed on the liner at each manhole connection . . , c. After insertion is completed, the installer shall supply a suitable heat/pressure source and water recirculation equipment. The equipment shaU be capabte of delivering water/pressure throughout the section to uniformly raise the water temperature above the temperature required to reform the Uner. d. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. e. . The instalter shall cool the liner to a temperature below 100 F before . relieving the reforming pressure. Cool down may be accomplished by the introduction ~of coal water or other approved method into the recirculation network . .f. The finished lining shall be continuous over the entire length of an insertion run and be free from ·visual defects such as foreign inclusions and pinholes. The lining shall be impervious and free of .any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined __ ... --·-..... ______ ,_pipe. Any defects which will affect, in the foreseeable future, or warranty 10123/08 ASC-19 •I ••• · . PART DA -ADDITIONAL SPECIAL CONDITIONS period, the integrity or strength of the linings, shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the Contractor. 7 . Completion of Lining : a. After the liner has been · reformed, the Contractor shall reconnect the existing active service connections . This shall be done from the interior of the pipeline by means of a television camera and a cutting device that re- establishes their operability or by excavation. Any bypass pumping that is required shall be provided at no additional cost for sewer lines where lining is being performed. Service interruptions to any homes tributary to this sewer line shall not exceed 18 hours. Connection of the service lateral by excavation shall be made' with a Neoprene Gasket Saddle which inserts into the lined pipe for a watertight fit. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. b. Excavation pits far externally reinstated service laterals shall remain open for 24 hours after reinstatement of the service. The Contractor shall be responsible for verifying that shrinkage of the polyethylene sewer liner has not occurred. c. The water tightness of the liner shall be gauged while the liner is curing, and under a positive head . After the work is completed, the Contractor will provide the Owner with a video tape showing both the before lined and after lined conditions, including the restored connections. Upon completion of the installation work after required testing indicates the lining is acceptable, the Contractor shall reinstate the project area affected by his operations and perform any surface restoration in accordance with these Specifications . 8. Special Notes: The installer shall be liable for damages to the homes or basement from backups which may result during the installation of the liner. Installer will be allowed to open clean outs. D. MEASUREMENT AND PAYMENT: 1. 2. 10/23/08 Liner Installation: Liner installation will be measured for payment by the linear foot of liner actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot far the various sewer diameters listed. · Service Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall . include all labor, materials, and the lateral connection, including all necessary pipe and fittings to connect the existing service line. Payment shall not include pavement replacement, which if required, shall be paid separately. ASC-20 ". PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Television Inspection and Cleaning : Special Conditions for Pre-and Post- Construction Television Inspection apply , Part D -Special Conditions D-35 and D- 38 , respectively. 4 . Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket mach ines . The payment for such cleaning shall be included in the bid item for Cleaning and Television Inspection of Sanitary Sewer Lines . 5. By-Pass Pumping : The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-,pass pumping required during installation of the pipe shall be subsidiary ta the pipe reconstruction item . 6. Paint Repairs: Point repairs shall be made before or after liner installation at the Contractor's option . Paint repairs are available for payment only if mutually agreed by the City and the Contractor prior to acceptance of the line for reconstruction . Before any excavation is done for any purpose, it will be the responsibility of the Contractor ta check with va rious utility companies and determine the location of their facilities. Point repairs shalt be measured and paid for by the linear foot far the appropriate depth of cut. Payment shall include all labor, materials, and equipment for pipe replacement according to FWWD standards. 7. Subsidiary Wark: Any damage resulting to utilities and property, resulting repairs, temporary service costs , etc., shall be borne by Contractor. Repair and/or replacement of fences , sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additiona.l payment will be allowed . DA-5 SLIPLINING A. GENERAL: This s.ection includes requirements to rehabilitate existing sanitary sewers by sliplining with polyethylene pipe. B. MATERIALS 1. Polyethylene Slipline Pip~: a. b. 10123/08 The properties of the material shall be determined in accordance with ASTM D638. ASTM D638 shall be used to determine that the thermal butt- fusion joints are stronger than the materials joined. The malt index of the polyethylene resin shall be determined in accordance with ASTM D1238, Cond ition E, and shall be equal to, or between 0.05 g/10 min . and 1.00 g/10 min. ASC-21 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS c. The density of the base polyethylene resin shall be determined in accordance with ASTM D1505 and be equal to, or between, 0 .941 glee and 0.955 glee. d . The material shall be tested in accordance with ASTM D1693 , Condition C. e. Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specification . f . The sewer liner pipe and fittings shall be made of a polyethylene pipe compound that meets the requirements for Type Ill, Class C, Grade P-34, Category 5, polyethylene material as defined in ASTM D1248 or ASTM D3350, and having a PPI rating of PE3408, and cell classification 345434D or E per ASTM D3350. A higher numbered cell classification limit which gives a desirable higher primary property, per ASTM 3350, may also be accepted by the Engineer at no additional cost to the City. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. g . Before beginning work, the Contractor shall submit far approval, the vendor's specific technical data with the complete information on re.sin, physical properties of pipe and pipe dimensions pertinent to this job. A certificate of ucompliance With Specification" shall be furnished for all materials to be supplied. The manufacturer's certificate shall state the pipe was manufactured from one specific resin and shall· state the resins used and its source . All pipe shall be made of virgin material. No rework except that obtained from the manufacturer's awn production of the same formulation shall -be used ., h. i. j. The City will run tests on field samples per applicable ASTM specifications at an independent laboratory for verification of the required physical properties and characteristics. The number of samples taken shall be at the City's discretion . All samples shall be provided by the Contractor at no charge to the City. The. City shall pay all charges for all testing of the liner material if they are found ta meet specification. All retesting of materials not initially meeting these specifications shall be at the Contractor's expense. All polyethylene sliplining pipe shall conform to the sizes and Standard Dimension Ratio (SOR) requirements shown on the drawings. Lengths: Standard lengths shall be used whenever possible, (40 foot sections). Where construction difficulties prevent the use of standard pipe sizes, other pipe sizes may be specified. Pipes shall be joined to one another and to polyethylene fittings by thermal butt-fusion in accordance with ASTM D2657 and ASTM D3350. Butt-fusion joining and site location, joining shall be performed within or outside the ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS excavation. Joints between pipe sections shall be smooth on the inside and internal projection beads shall not be greater than 3/16 inch. k. The tensile strength at yield of the butt-fusion joints shall not be less that of the pipe. 2. .Sewer Service Connections: Mechanical and fusion-bonded saddles shall be. made of polyethylene pipe compound that meets the requirements of ASTM D- 2448, Type IV, Class C. Mechanical saddles shall have stainless steel straps and fasteners and neoprene gaskets. Mechanical saddles shall be Strap-on-Saddle .. Type as manufactured by Drisco Pipe or Tapping Saddle as manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusian branch saddles as manufactured by Central Plastics Company, or approved equal. · Saddles for use on PVC pipe shall be molded fittings as recommended by the PVC pipe manufacturer, and shall conform to the requirements of ASTM D3034, SOR 35 . C. EXECUTION . . . -~ ; , 1. . Cleaning and Television Inspection of Sanitary Sewers : Cleaning and television . ,,, . inspection of sanitary sewers to be sliplined shall be completed per the ·requirements :Of Special Condition for pre-construction television inspection. All material encountered in the existing sewers shall be removed and disposed of by the Contractor. · All video tapes shall be delivered to the City's representatives for eval.uation prior.to any sliplining operations. 2. Obstruction Removal: The Engineer shall determine where obstruction removal (due to dropped joints, collapsed pipe, roots, rocks, obstructions in the pipe which cannot be removed . by the cleaning equipment or other reasons} will be required . The Contractor shall locate the insertion pits at these obstruction locations whenever possible, and no -additional payment will be authorized to the Contractor. When obstruction removal is required at locations other than insertion pits, payment for the obstruction excavation at the appropriate Contract unit price will be authorized. 3. . $ewer Clec1ning by Bucket Machine and Root Cutting: Heavy cleaning requiring more than hydraulic Jet cleaning shall ·be performed by bucket machines or root cutting, as required. No additional payment for such cleaning and/or root cutting shall be made . 4. Insertion or Access Pits: The location and number of insertion or access pits shall be planned by the Contractor and · submitted in writing for approval by the Engineer prior to excavation. The pits shall be located such that their -total number shal.1 be minimized, and the footage of liner pipe installed in a single pull shall be maximized. Before excavation is begun, it will be the responsibility of the Contractor to check with the various utility companies and determine the location of the utilities in the vicinity of the work area. 10/23108 ASC-23 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS Damage done to utilities and the resulting repair, temporary service cost, etc., shall be borne by the Contractor. All excavations shall be properly sheeted/shored in accordance with OSHA specifications for trench safety systems. Any damage resulting from improperly shored excavations shall be corrected to the satisfaction of the Engineer with no compensation to the Contractor. All open excavations shall be kept secure at all times by the use of barricades with appropriate lights and signs, construction tape, covering with steel plates, etc., or as directed by the Engineer. The cost for bypass pumping if required around an insertion pit, from a manhole upstream to a manhole downstream, shall be included in the Unit Price Bid for sliplining. Excavation for insertion pits shall not be paid for separately, but shall be included in the Unit Price Bid for sliplining. 5. Insertion of Polyethylene Liner Pipe into Carrier Pipe: The existing sewer will remain in operation during the sliplining process whenever possible. Obstructions such as roots, large joint offsets, rocks or other debris, etc., that would prevent passage or damage to the other pipe sections must be removed or repaired prior to installing the new pipe. After completing the insertion pit excavation, the top of the existing sanitary sewer line shall be removed , where required, down to the spring line. A power winch cable shall then be connected to the end of the liner by use of a suitable pulling head, equal to the outside diameter of the liner. The pulling head shall be adequately secured to the finer and then attached to the power winch cable so that the liner can be satisfactorily fed and pulled through the sanitary sewer main. Proper bumpers shall be provided in the insertion pit in order to prevent the ragged edges of the existing pipe from scarring the outside of the liner as it is pulled into the existing sewer. Precautions shall be taken not to damage the liner or break or separate any of the butt-fused joints . Sufficient time (a minimum of 24 hours) shall be allowed for the liner to return to its normal length assuming the over-elongation is due to a higher temperature at the time of installation) based upon the average temperature in the sewer. The length of the liner pulled in any one segment shall be limited to prevent any backup of service lines which may result due to restricted flow through . . the annular space. Maximum Allowable Pulling Force. In order to ensure the integrity of the polyethylene liner, the pulling force exerted on the liner shall be limited to that indicated on the following · table for the appropriate outside diameter of the polyethylene liner: ASC-24 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS POLYETHYLENE LINE OUTSIDE DIAMETER (INCHES) . 5 .375 7 .125 8 .625 10.750 14.000 18.000 . 21.000 24.000 MAXIMUM PULLING FORCE (TONS) 3.5 4.0 7.5 10.5 12.0 21 .5 35.0 ·52 .0 The Contractor shall use a suitable pulling head so :that the pulling head and liner will separate from each other when the pulling force exerted on the liner reaches the amount indicated above. The pulling head design (including calculations) shall be approved by the. Engineer prior to its use. A~ an alternative, the Contractor may be permitted to use a measuring device (spring, gauge, etc.) __ connected to the pulling cable which shall register the pulling force being exerted on th~ liner, The pulling force shall not exceed those values indicated above far the applicable outside diameter of the polyethylene liner. The measuring deviqe shall be approved by the Engineer prior to its use. · The Contr~ctor may · be allowed ta push the liner subject to the Engineer's . ,approval. Care shall _ be. taken ta avoid any buckling of the liner by limiting the stroke of the backhoe. Any portion of the liner damaged during this insertion process shall be cut out and the liner rejected. In certain cases , the Contractor may be permitted to use a combination of pulling and pushing to enhance the insertion of the liner. A liner that is permitted ta be pushed shall not have an open end which can allow sand or other debris to be pushed into the liner. A pipe manufacturer's representative shal.t be onsite to assist the Contractor for the first full,day of slipline pipe installation. •. ·.'. . ' 6. Use of Clamps and Encasement for Polyethylene Pipe : Where excavations for the insertion of the liner are made between two ·manholes, the ends of the liner will be cut smooth, square to the ax.is of the liner, so that it can be joined in a workman- like manner. The liner shall be joined with a JCM Industries Type 108 or equal, all stainless steel (including bolts and lugs), full circle, Universal Clamp Coupling with a 1/4-inch minimum thickness grid type gasket. Clamps shall be selected to fit the outside diameter of the liner pipe. Minimum clamp w idths shall be selected from the following table: · OUTSIDE DIAMETER OF LINER PIPE (Inches) . 5.375 7;125 8,625 · 10. 750 or Greater MINIMUM WIDTH OF CLAMP (Inches) 12 15 18 30 ASC-25 .... · ... - 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS In all excavations where the liner is not within the existing sanitary sewer line (carrier pipe) cement stabilized sand bedding shall be installed. Visual inspection is required for approval of bedding before backfill is completed. 7. Testing of the Liner: Testing will be required after the liner has been installed in the existing sanitary sewer main. The first is a low pressure air test of the liner before it has been sealed in place at the manholes and before any service reconnections have been made to the liner. The purpose of this test is to check the integrity of the Joints that have been made and to verify that the liner has not been damaged by inserting it into the sanitary sewer. 8. a. Low Pressure Air Test Procedure: After a manhole-to-manhole section of sanitary sewer main has been sliplined arid prior to' any service lines being connected to the new liner, the liner shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three (3) air hose connections; one for the inflation of the plug, one for reading the air-pressure in the sealed line, and one for introducing air into the sealed line . Low pressure. air shall then be introduced · into the sea'red line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any groundwater that may be over the pipe. At least two (2) minutes shall elapse to allow the pressure to stabilize. The time required for the internal ·pressure fodecrease,from ,3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table : '· CARRiER PIPE OUTSIDE DIAMETER (Inches) 5.375 7.125 8.625 10.75Q 14.000 18.000 MINIMUM ELAPSED TIME (Minutes) 3 4 5 6 .. 7 8 Lines over 18 inches shall be approved for payment by Visual and T.V. Inspection in accordance with Special Condition D-38. Sealing Liner in Manholes: After the pipe has reached equilibrium the annular space between the liner and the existing sanitary sewer main must be sealed at each manhole with a chemical seal and nonshrink grout. Oakum soaked in Scotchseal 5600 or equal shall be placed in a band to form an effective water-tight ASC-26 PART DA-ADDITIONAL SPECIAL CONDITIONS gasket in the annular space between the liner and ·the . existing pipes in the manholes . The width of the band shall be a minimum of 12" or one-half the diameter of the pipe, whichever is greater. It shall be finished off with a non-shrink grout placed around the annular space from inside the manhole and shall not be less than >6" wide. The chosen method , including chemicals and materials, must be approved by the Engineer. The Contractor shall cut the liner so that it extends 411 -into the manhole. -The Contractor shall make a smooth, vertical cut and slope ,the area over the top of the exposed liner using non-shrink grout. The Contractor shall also use cementitious grout to farm a smooth transition with a reshaped invert and · a raised manhole · bench such that neither the shape edges of the liner . pipe, nor the concrete -bench, nor :the channeled invert shall exist to catch debris and create a istoppage. ~ The , invert of , the manhole shall also be reworked (smoothed and built-up) to match the flow line of the new liner. ;The liner pipe .shall be allowed to -normalize to ambient temperatures, as well as recover from , any imposed stretch, a minimum of 24 hours in the case of polyethylene, before . being cut to fit between manholes and proceeding with . reshaping and/or: smooJl'.ling the manhole invert. ,. 9 .. , .S,ewer ServicEt Gormections: ' ' ~ ,,,,. . , ..•. \ . a. .·. Sewer service ._ connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe, the full inside diameter of the saddle outlet. b. · .. · . Connections to the existing . sewer service connection pipe shall be made : using fle~ible Fernco sewer connectors, or approved equal. Backfill at service -.,connections shall be cement ·. stabilized sand (2 sacks per cubic ·• yard) to .a point-12 inches above the service lateral to trench intersection and shall bein accqrdancewith these .Specifications . .. -.: .... ,· ·-..... . c, . , , The. Contractor shall upon request, permitthe Engineer to take elevations on both the existing and new portions of the service connections pipe to determine final grade and invert elevations. Elevation changes greater , than 0.10 feet . from the house lateral piping . shall be reconnected as dir.ected by the -Engineer. d. Service interruptions to .· home~ shall not exceed 18 hours, D. MEASUREMENT AND PAYMENT 10123108 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. · ASC-27 •' I • .· f ;·\ PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Service Reconnections: a. Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. b. Payment includes all required excavation and backfill, surface restoration, saddles, flexible couplers, up to 5' of service line, and all appurtenant work. c. Payment for additional service line (over s1·at each service reconnection) will be paid for at the appropriate Contract Unit Price. Payment includes all required additional excavation, backfill, surface restoration, and all appurtenant work. 3. Television Inspection and Cleaning: 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 pipe actually cleaned and televised. This contract requires the Contractor to TV inspect the sewer lines twice, once before and once after construction. Pre- Cleaning and Television Inspection shall be paid at the Contract Unit Price for all pipe successfully cleaned and television inspected. The amount paid to the Contractor for Post Construction Television Inspection shall be the Unit cost times the length of pipe lined. 4. Obstructions: Obstructions such as roots, large offs.et joints, rocks, or other debris, that would prevent passage or cause damage to pipe and must be removed or repaired before installing the pipe will be paid for at the Contract Unit Price per obstruction removal. Payment shall include all excavation and backfill costs, pipe replacement, surface restoration and appurtenant work required to complete each obstruction removal. Obstruction located within ten feet of each other shall be included in only one obstruction removal. Trench Safety System, if required, shall be paid for at the Contract Unit Price. Contractor will not be paid for obstruction removal located at insertion pits . 5. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs , temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement fences, sprinkler system piping, and other such re.storation work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be all.owed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to the installation. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. 10/23/08 Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 a_s 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 rail.road company, as applicable. B. MATERIALS: 1. Casing Pipe : Casing pipe shaU be -steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum .. b. , . . Wall thickness: 0.312 in . minimum (0 .5 for railroad crossings). c. Diameter: A$ shown on the 9rawings (min imum size requirements). d . Joints: Continuous circumferential weld in accordance with AWS 01 .1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on .drawings and as specified in. the General CoQtract Documents. 3, Sewer Pipe without Casing Pipe: .. Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4 . Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of,cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry . C . EXECUTION 10123/08 1. Where sewer pipe is required to be installed under railroad embankments or under ,highways, streets or other facilities in other than open cut, construction shall be .performed in such a manner so as . to not interfere with -the operation of the -railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or struct ure. 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 a.nd then shall be removed from the site . 2. Pits and Trenches : -a. ·.·_ If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted s~cu rely and _,braced in a manner to prevent earth from caving in . ASC-29 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The location of the pit shall. meet the approval of the Engine.er. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed . 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall. be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. b. C. d. Sanitary sewer pipe 1.ocated 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. The Contractor shall prevent over-belling the pipe while installing it through the casing : A method of restricting the movement between the assembled beii and spigot where applicable shall be provided. At au 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. ASC-30 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 EDgineer 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 necessarytq 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 t:>y jacking without a bare hqle if permitted by the Engineer and in soft soil layer. f-11 yo.ids outside of installe<i pipe. sh.all be pre~sure 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 ~ay be used, with the approval of the Engineer or railroadihighway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for . approval. The tunnel ·liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method .. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. · ·. ·· · . . .· . '\ : .. c. .Access ho{es for· placing concrete shall be space at maximum intervals of 10 feet. • · .· · · · · · \ D. MEASUREMl;NT AND PAYMENT: Installation of pipe .by .other .than open cut will be measured by the linear foot :of pipe, complete in place. Such measurement will be made between the ends .. of the pipe along the central axis as installed. The work performed and materials furnish~d as .prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on . plans. The furnishing of all materials, pipe, liner materials .required for installation, for au 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 t0!231os ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS Unit Price as shown i n the Bid Proposal. Payment shall not include pavement replacement , which if required , sha ll be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A For the inside and outside of casing pipe, coal-ta r protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C . Minimum thickness for casing pipe used shall be 0 .375 inch . Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E.2 -15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation , concrete grout, backfill , and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair on the porti on of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work. A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy ofall Right- of-Entry forms obtained and have it on hand at all times during construction . 10123/08 The street addresses · and approximate location of service line repairs are shown in · Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair. ASC-32 PART DA-ADDITIONAL SPECIAL·.CONDITIONS 8. MATERIALS: C. 10/23/08 The pipe replacement material shall be gasketed joint; gravity PVC sewer -pipe {ASTM D- 3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The <method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. EXECUTION: •, .. \ .. ' 1. 2 .. '3. 5. 6. 7. After the location · of the point repair is determined, -the Contractor shall excavate and remove the damaged , pipe and replace with new -pipe. : The minimum length of _ pipe replaced shall be three {3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths .of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. · 1•· The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipematches the existing service line grade. · Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing -landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced .or restored to original conditions or better. Removal of Debris: , Excess _excavated material and debris are to be removed from the work site daily. Cost .of.hauling excess excavatio_n and debris is to be included in the price bid for "Service Line Point Repair'\ Roof and Yard Drains: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. -For roof drains, -the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor :shalLJnstall an elbow fitting at the bottom ,of the downspout to dir~ct . runoff, , away from tbe building, and .. a concrete splash pad to · prevent erosion. · ~ .. .::. -:~' --· · .. ,. Disconnected Service Lines: , · At -the locations indicated -in · Table of Attachments __ ta the Special Contract Documents, the Contractor shall remove the service line no longer .in use ,by _ excavating _ at -the property line _ and plugging the service line. , , \ ; Abandonment of Point , Repair: If a .pipe , is exposed and found Jn g.ood condition, not requiring a point repair, notify City Engineer who will recorci abandonment of point repair. Backfill the excavation, replace , pavem~nt or sidewalk anci repa_ir and seed or sod unpaved areas. · ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS. All cleanout repair work sha ll be performed by a licensed plumber. a. General This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg . Company , or equal. The rubber caps are held down by stainless steel clamps . c. Excavation 1) The Contractor shall submit shop drawings on all materials and . equipment to be installed. 2) The Contractor is responsible for obta ining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface ta its original or better condition at no separate pay. D. MEASUREMENT AND PAYMENT: 1. 2 .. 3. 3. 10123108 Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28 , "Sanitary Sewer Services". , Measurements for extra length repair is an a linear foot basis for repairs in excess of the minimum 3 foot replacement length. All pipe fittings, adapters , concrete collars, bedd ing, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. If no pay item is included far any work required to properly complete a service line point repair as specified, the cost to perform said · work; including any required ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS removal and replacement of materials, shall be considered incidental to the service line point repair. 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Une at the Point of Replacement. -The minimum trench width shall be 3'-0". 6. All excavation, backfill , removal and replacement of grass sodding and landscaping , plugs , fittings , and splash pads shall be considered incidental to removal of yard drains , disconnecting roof drains and plugging disconnected service lines. 7 . No separate payment will be made for the Contractor to obtain written permission to enter private property. 8 . Payment will be made for Abandonment of Point Repairs at th~ Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. · Scope: This section governs all work, materials and testing required for the application of interior protective coating . Structures designated to 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: 10123/08 1. Scope: This section governs the materials required for completion of protective coating of designated structures . ASC,.35 · ... · ... '·, PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Protective Coating : The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. , 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-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 ta a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the 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 instaJlations . C. EXECUTION: 10/23/08 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: 3. a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed , remove all loose material. Protective Coating: ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated . b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance .with the Section . D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be· based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MA..NHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the 1012310s ASC-37 , . . . , \ PART DA -ADDITIONAL SPECIAL CONDITIONS Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel , wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, superv1s1on , materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing . Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: a. Product Information . Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents . b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures . Proposed personnel shall verify certification within the last two years by the coating m·anufacturer and verify working on at least three projects with · similar coating within the previous 12 months. c. Work Schedule . Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing . Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 10123/08 ASC-38 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63 . B. MATERIALS 10/23/08 1. Cleaners: 2. 3. 4. 5 . Water Cleaners Clean and free from deleterious substances . Detergent, muriatic acid or approved equal. Wall, Bench. Trough, Grouting, and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Strong-Seal Plug, Penny Grout , IPA "Octocrete", or approved equal. Strong-Seal QSR , Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. . 3M Scotch Seal "5600" or .approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp . "Aquatapoxy" or approved equal. Concr~te Bonding Agent ThoroSeal "Acryl 60" or approved equaL ·concrete External Manhole Coating Coal Tar . Internal Manhole Coatings Non-cementitious Cementitious · · Frames. Covers. and Inserts Manhole Frames and Covers , . Watertight Mant,ole Frame~ ;and Covers · ... Manhole .Insert-PoJyethyl~n.e . ,. ASC-39 Material in accordanc~ with 'city of Fort Worth Water Department General Contract Documents . . ,·, .. Tnemec "46-450 · Heavy Tnemecol", Kop Coat "Bitumastic · Black Solution", or approved equal. Sprayroq "Spray Wall" or Raven 405. Standard Cement Materials "Reliner MSP" or ·. Quadex "QM-1s". McKinley "Type N with indented top", Neenah "R1726A", or .approved equal. · Neenah "R19.15-E , Type L" or approved . equal. . .9orrosion-proof high :density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- .·;·•;,. PART DA -ADDITIONAL SPECIAL CONDITIONS 6. 7. 8 . Manhole Insert -Stainless Steel Fiberglass Manhole Liner PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor C. EXECUTION 4. Southwestern Packing & Seals, Inc., "T etherlok". Material in accordance with Section DA-15 of these specifications. Material in accordance with Section DA-16 of these specifications. Single-piece, precast concrete, ASTM C478, 2" min. thickness. RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 -dichlorobensonitrile, or approved equal. 1. Inspection. Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods . The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. 10/23/08 a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame . 2) Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Limit excavation to a 6-foot by 6-foot working area. Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications .. If grade rings are broken, deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments with ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS precast concrete rings in accordance with manhole grade ring replacements. 3) Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse . Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. 4) Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris . Bitumastic gasket material (minimum % inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. 5) In paved areas , frames shall be installed so the . top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation . Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations . 6) . In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. 7) If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame. 8) The exposed, exterior surface$ of manhole corbel, chimney , and frame shall be wire brushed and coated with two coats of coal tar, 14 mils DFT . The grade .adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In ·unpaved areas, backfill with excavated material and compact with mechan ical equipment. In paved areas , backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121 . Concrete collars will be required on rehabilitated manholes and new ·replacement manholes as listed in the manhole rehabilitation schedule. Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition, thickness, 1012310s ASC-41 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts , Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused. The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated. All scale, dirt, and debris shall be removed from the existing casting with a wire brush . a. Grade Adjustment -All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes , remove and replace the defective chimney up to a maximum of 24 inches below the frame. If chimney is defective below 24 inches , Contractor shall notify Engineer prior to completing manhole rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings . 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : a) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's Representative . The remaining structure shall be capable of supporting the newly constructed portions of the manhole . b) Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure. c) d) e) Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to · obtain proper grade . Perform -reconstruction in accordance with the Partial Manhole Replacement Detail. Seal manhole joints in accordance with Section D-27 . Precast corbel, or barrel sections may be used as · necessary. The diameter of the precast sections shall be consistent with the existing remaining structure . Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches . If the clearance from the underside of the proposed flattop to the ASC-42 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS manhole invert is less than 4 'V2 feet, the manhole shall be completely replaced. f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments . g) Remove all debris from reconstruction from the manhole and dispose of properly. d . Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12 , DA-13 , DA-14 , DA-15, DA-16 and DA-17. e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with · repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. 3) ·. If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches. g. Removal of Existing Manhole -Work shall be conducted as specified ·in Section D- 29. h. Construct New Manhole . 1) 2) Completely remove the existing manhole structure. Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings . ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. i. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) All work shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign materials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protruding brick, mortar and concrete. Stop active leaks using products specifically for that purpose. 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe. 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe. Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole. j . · · Manhole · Step Removal -Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail. k. Patch Holes -Clean-and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert . -Install watertight gasketed manhole inserts as specified in Fort Worth ·Water Department Standard E100-4. m. Grout Flattop to Wall Joint-Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop. Provide additional holes near observed defects, if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed. Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed, cleaned , filled with a non-shrink grout, and finished smooth. n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18. 1012310s ASC-44 PART DA -ADDITIONAL SPECIAL CONDITIONS o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified in Section DA-19 . p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet) of pipe. This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size . This pipe shall be connected to the existing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill material conforming to City specifications shall be placed and compacted as required. , .Th is item shall include surface restoration and permanent pavement repair. q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. D., ... i·,. MEASUREMENT AND PAYME _NT : ~ : . 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation , installation of the manhole frame and cover, minor grade adjustment, backfill, and demolition and disposal of waste materials. ' 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed. The Contract unit price shall be full payment for the new grade rings . All ., . ": .costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing ofJrame and grade rings . 3. ' : . \ . '. paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract ... unit price and the actual number of manholes where sealing of the manhole frame , and/or grade adjustments -in paved are required. The Contract unit price shall be full payment for excavation, pavement removal, sealing materials , installation of grade rings, sealing, minor. grad!3, adjustment, backfill, and demo.lition and disposal of waste materials. · 4. Non-Paved Frame and Grade -Adjustment Sealing: Payment for .sealing manhole ·, :.. . frames and grade ·adjustment rings in non-paved areas shall be ·based on the Contract unit price and the actual number -of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required . The Contract unit price shall be full payment ,for excavation, -sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, surface restoration, and demolition and disposal of waste materials. 10123/08 ASC-45 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied . The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench, and cleanup. 6.. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals , grout material, installation of the grout materials and cleanup. 7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials. 9. Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup. This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not a pay item. 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed . The Contract ·unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section 0-27 in these specifications. This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13. Concrete Manhole Collars: ASC-46 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately . b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for labor, materials , excavation, disposal of waste materials, and surface restoration . 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole. The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure , replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration . Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall .be full payment for all material, labor and cleanup required to complete each joint grouting. 17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement and Pay'1'}ent, Section DA-18 in tbese specifications.· t8. PVC Lined Concrete Wall Reconstruction: Payment ~hall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19. Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material , , . · : labor, and cleanup required to c;omplete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced. The Contract unit price shall be payment in full for all labor, material, and .cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices. 21. Bypass Pumping: All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requiring bypass pumping. ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by c.uttlng them flush with the wall of the manhole. 3. All contaminates including but not limited to : oils, grease, waxes, form release , curing compounds, efflorescence , sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils , grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 10/23108 1. All unsealed lifting holes ; unsealed step holes , voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. · 2. · Active leaks shall be · stopped using City approved products specifically for that purpose and according to manufacturers recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20 -PRESSURE GROUTING. 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough . City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. ASC-48 •. PART DA -ADDITIONAL SPECIAL CONDITIONS 4. After all repairs have been completed, all loose material shall be removed from the . manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation . D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cast for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM · A. GENERAL 1. Scope -This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. 2. Description -The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in · accordance with manufacturers' recommendations. 4. Manholes -Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10/23101! 1. Scope -This section governs the materials required for completion of interior coating of manholes. 2 . Interior Coating -Refiner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Material Identification -Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling -Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as ta minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 10123/08 1. General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in: excess of 90°F, precautions shall be taken ta keep mixing water below 85°F, using ice if necessary. 3. , Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface. preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material · shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. . Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be. removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS .::: .. 3) 4) to the invert with the wall/bench intersection built up and rounded to a . uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direct.ion of the wall so as to provide the required slope. The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. Traffic . shall not be allowed over manholes for 24 hours after . reconstruction is complete. . 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. ii.' :,,,. v: ; b ... At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. . IVIEASUREMENT AND PAYMENT • Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop ta the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be . included . in the above unit price. Grouting of the pipe seals, bench and trough, and lower · . portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or . require.ct to be done -by the Engineer, shall .be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A GENERAL 1. . Scope . ·,,This section .governs all work, materials and testing required for the application of interior manhole coating. · Manholes designated .for interior coating are listed the Manhole , ,: . . . . ._. Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2. Description 10/23108 ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4 . Manholes Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. · B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water} shall be used with or added to Quadex QM-1s or Quadex Excel without prior approval or recommendation from Quadex, Inc. 3. Material Identification · Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance , to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnet It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the .handling of the coating material shall perform the coating operations. C. EXECUTION 1012310s ASC-52 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. . General Manhole coating shall not be performed until replacement of manhole covers, sealing. of manhole frame. and grade adjustments, partial manhole replacement, or concrete collar construction is complete . . 2. Temperature . Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If -.ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85~F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. ,: i' ;:·, . 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface. prior to application shall be damp without noticeable free water droplets or running water. QM-1 s material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface. shall be smooth with no evidence of previous void areas. .• . 3) .. The final application shall have a minimum of four (4) hours cure time · before being -subjected to active . flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . · 4~ Test~ng of Rehabilitated Manholes a. b. 10/23108 Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the tap of the corbel or flattop ta the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work; Grouting, if necessary ta stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole; if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM_ A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and · testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, ·or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelfed on coating over the original interior surface .. B. MATERIALS 10/23/08 1. Scope This section governs the materials required for completion of interior coating of manholes. ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, · Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment.. The spray system .shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress ·. Flexural Modulus .. 5 ... ·. · · Mixing and Handling Standard ASTM 0-638 ASTM 0-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to . personnel. It is . the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer; Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations , and coating· installations. C. -EXECUTION 10/23108 1. . General . . .. :, Manhole coating shall ·not be installed until sealing of manhole frame and grade ·. adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature 3. 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. Interior Manhole Coating ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench , down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface .. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a . Testing of rehabilitated manholes for watertightness sha.11 be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid far separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 1. Scope 10/23108 ASC-56 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or ReUner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10123/08 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating · . Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials .. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for ASC-57 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 shaU be performed only by certified applicators approved by the manufacturers. C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the fallowing procedure. 1) 2) 3) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION , FOR MANHOLE RESTORATION. Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be · spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). ASC-58 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after . application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch}, all visible pinholes shall be repaired. Repairs shall be made by lightly abrading ttle surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on . the ·contract Unit Price per · vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting ofpipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST.SYSTEM WITH EPOXY LINER A B. 10123/08 GENERAL ~ : . This se.ction prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. MATERIALS , 1. '·. - Leak Plugging Leak Plug.ging of the same or greater strength than the Liner Mix .and/or chemical grouts may be used. · If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging . ASC-59 '.•·• PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal , applied uniformly at a minimum thickness of% inch . Liner Mixes shall attain strengths as follows : Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting , non-shrink hydraulic cement mortar. C. EXECUTION 10/23/08 1. Mixing The manufacture's published technica l specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation.. Only factory certified workers shall operate with a controllable retrieval method shall be used ta produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared , the application shall commence , in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater} without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed . Once completed, the manhole shall be covered to prevent air drying. ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Testing & Verjfication Testing of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are .complete in accordance with Section DA-21. The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at Y2 inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual in$pection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T · .. 65 Shore D 10,000 psi 15,000 psi 1,000 psi Jt shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the · underlying · mortar. It · shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shal.l be complied with fully. . 4. Testing & Verification. The .interior shall be visually inspected for thoroughness of coverage. · When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected .ancl retested. E. MEASUREMENT AND PAYMENT 10/23108 ASC-61 ~ . . ' PART DA -ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment all testing necessary to complete the work . Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A GENERAL 1. Scope. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating · are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-14, DA-15 or DA-16. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4 . Manholes. Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MATERIALS 1. 2. 3. 4. 10/23/08 Scope. This section governs the materials required for completion of interior coating of manholes . Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. Material Identification. Contractor sh.all completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling . Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. AH equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION: 10123/08 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs a) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. b) All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed, remove all loose material. 3. Temperature. Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary.. · 4. Interior Manhole Coating a) The interior coating shall be applied ta the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b} The interior coating shall be applied in accordance with the manufacturers 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). ASC-63 PART DA -ADDITIONAL SPECIAL CONDITIONS (2) (3) (4) (5) Place covers over invert to prevent extraneous material from entering the sewer. The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1" minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas . The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b) At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing . A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS A GENERAL 10/23108 This item shall govern the furnishing and installation of rigid fiberglass liners in existing brick or concrete manholes. The manholes to be rehabilitated using fiberglass liners, and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule . The locations of these manholes are shown on the drawings. Rigid Fiberglass Liners shall be as manufactured by L.F . Manufacturing, Inc., of Giddings , Texas; Associated Fiberglass Engineers, of Fort Worth, Texas; or approved equal. The ASC-64 PART DA -ADDITIONAL SPECIAL CONDITIONS installation at each manhole shall include the preparation of the existing manhole to receive the fiberglass liner, installation of the liner, grouting the annular space between the existing structure and the liner, and backfilling around the new fiberglass corbel section. 8 . MATERIALS 1. General. Fiberglass reinforced polyester manhole liners shall be manufactured from commercial grade polyester resin or vinyl ester resin, with fiberglass reinforcements . All liners shall meet the requirements of ASTM D3753 and this specification . Fillers, when used , shall be inert to the environment. The fiberglass shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gasses associated with wastewater collection systems. 2. Reinforcing. The reinforcing materials shall be commercial grade E type glass in the form of continuous roving and chop roving. The coupling agent will provide a suitable bond between the glass reinforcements and the resin . C. DESIGN REQUIREMENTS 10123/08 1. Manholes shall have sufficient strength to withstand an AASHTO H-20 dynamic loading . This shall be verified by acceptable test results performed in accordance with the reference standard . 2. The manhole cyl inder and the hemispherical ·reducer (corbel) shall be · preassembled at the factory into a monolithic unit by overlaying the joint with fiberglass reinforced resin to a thickness equal to or greater than the wall thickness of the cylinder. Field jointing is not permitted. Corbel section shall be concentric with respect to the larger cylinder, unless otherwise .approved by the Engineer. 3. The manhole cylinder shall have the minimum pipe stiffness values shown_ in the table below when tested in accordance with the reference standard: Length -Ft. F/AY -Psi 3.0 6.5 0.75 7.0 -. 12.5 1.26 : •' 13.0 20.5 2.01 '{._.:··:: 21.0 25 .5 3 .02 26.0 35.0 · 5.24 4 . Diameter tolerance. Inside diameter tolerances shall be +/-1 % of the required ·. \ i_ . ·, :·: • •.. • ' ; '": :·· ·;·.: • •,: inside diameter. 5. UV Inhibitor. The exterior surface of the manhole .liner shall be UV-protected using grey pigments . in the resin. . . . · ASC-65 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Interior Surfacing Material. The inner surface exposed to the sewer environment shall be a resin-rich layer 0.010 to 0.020 inch thick followed by a minimum of two passes of chopped roving of minimum length 0.5 inch to maximum length of 2 .0 inch, applied uniformly to an equivalent weight of 3 oz./ft2. Each pass of chopped roving shall be well rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.1 O inch 7. The entire fiberglass assembly at each manhole shall be fabricated so that no more than twelve inches of concrete adjusting rings will be required to bring the top of the manhole frame/cover to the required elevation. D. CLEANING 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system . 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 -4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used . E. PRELIMINARY REPAIRS 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 -PRESSURE GROUTING . 2. After all repairs have been completed, all loose materials shall be removed from the manhole . No material shall be allowed to enter the sewer system . F. INSTALLATION PROCEDURES 10/23/08 Excavate around the top of the existing manhole and remove the manhole frame and cover, brick or concrete adjustments, and corbel section. If the existing manhole is poured concrete, the · corbel section shall be removed using methods which will not damage the lower manhole barrel. Brick and precast concrete corbels shall be removed to the top of the manhole barrel section After cleaning and preliminary repairs are completed on the existing manhole, the rigid fiberglass liner shall be installed in accordance with the construction drawings. The bottom of the manhole liner shall be cut to fit the existing manhole base and pipe entrances. Cuts shall be accurately made with a suitable power saw. The manhole liner shall be lowered into the existing manhole and set into wet, Class D concrete mix on the benches. A good bottom seal shall be obtained in order to prevent ASC-66 PART DA -ADDITIONAL SPECIAL CONDITIONS loss of grout from the annular space between the outside of the manhole liner and the interior of the existing manhole . A 6-inch lift of quick-setting grout shall be placed above the initial bottom seal to ensure adequacy of the bottom seal. Existing pipes shall be bridged with short lengths of PVC or fiberglass pipes and sealed as detailed in the construction drawings. The annular void between the manhole liner and the existing manhole shall be filled with a 4,000 psi at 28-days strength cementitious grout mixture. The grout mixture shall consist of Portland cement and sand . The actual design mix showing the proportions of each component and admixtures, if any, shall be submitted to the Engineer for approval. Cellular grouts containing the same materials as cementitious grout, blended with pre- generated aqueous foam to form macroscopic non-interconnected air cells uniformly distributed throughout the grout may also be used. Foam shall be added onsite ·by an experienced foam contractor. After the annulus and perimeter of the manhole liner is grouted, concrete adjustment rings shall be placed on top of the liner corbel section to bring the frame and cover to finish grade. Seal adjustment rings and frame per Section DA-10 requirements. The manhole corbel section shall be backfilled with sand or granular material as recommended by the manufacturer and approved by the City. The remaining excavation shall be backfilled as required in Section D-24, Trench Excavation, Backfill and Compaction. A concrete collar shall be constructed if required in the Manhole Rehabilitation Schedule. G. TESTING After the manhole liner installation is complete and all adjustment rings and the frame and cover are installed, the manhole shall be vacuum tested as required by Section DA-21 , VACUUM TESTING OF REHABILITATED MANHOLES. Any leakage into . the manhole shall be stopped. H. MEASUREMENT AND PAYMENT 1. The Contract Unit Price for rigid fiberglass manhole inserts shall include all labor, equipment, and materials necessary for the complete construction of the manhole . insert, including backfilling. The pay quantity shall be measured from the bottom of the fiberglass barrel section to the top of the fiberglass corbel. 2. Payment for exterior grouting of manhole walls necessary to stop infiltration will be at the Contract Unit Price for manhole grouting. 3. ·. Payment for step removal, furnishing and sealing concrete adjusting rings and the ring and cover, and concrete collar, will be at the applicable .Contract Unit Prices. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION A. GENERAL 10/23/08 This item shall govern the furnishing and installation of a plastic liner integrally cast into concrete cast within the existing manhole structure. The concrete shall have a nominal . ASC-67 PART DA -ADDITIONAL SPECIAL CONDITIONS thickness of 3-inches placed by using an internal form system that can be installed without excavation or removing portions of the manhole. The manholes to be rehabilitated using PVC lined concrete wall reconstruction and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule . The locations of these manholes are shown on the drawings. B. MATERIALS The forms used for placing the concrete shall be segmented , stackable steel forms having cylindrical and conical sections. The forms shall be shaped to accommodate placement of concrete in manholes with eccentric cones, concentric cones, or flattop ceilings . When assembled, the forms shall be of sufficient stiffness and strength to prevent shifting or collapse during the placement and curing of the concrete . The assembled forms shall have sufficient size to provide the maximum interior manhole space while providing the minimum required concrete wall thickness . Concrete shall be Class F concrete (4000 psi @ 28-day) with a coarse aggregate no greater than 5/8 inch. Fibermesh fibers (1-1/2 lb/cy of concrete}, anti-bacterial agent (Con Shield or equal), and a superplasticizer shall be added to the concrete on-site prior to placing the concrete in the forms. The plastic liner shall be Amer-Plate 95Y T-Lock as manufactured by Ameron Corrosion Control Division, Brea, California or equal. The minimum thickness shall be 65 mils . C. CLEANING 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 -4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. D. PRELIMINARY REPAIRS 1. Active leaks shall be · stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation . Some leaks may require exterior grouting to stop the · inflow. Grouting shall be performed in accordance with Section DA-20 -PRESSURE GROUTING . 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No excess material shall be allowed to enter the sewer system. E. INSTALLATION PROCEDURES 10123108 A section of PVC pipe or fiberglass pipe shall be inserted in each pipe inlet/outlet to extend the existing connection through the new concrete wall. The pipe shall be installed ASC-68 ...., PART DA -ADDITIONAL SPECIAL CONDITIONS as shown on the construction drawings . All pipe inlets/outlets shall remain active during the manhole rehabilitation unless otherwise specified. Internal forms shall be properly sized, installed, and braced to allow for the installation of the new concrete wall. The wall shall have a minimum thickness of 3-inches and shall extend from the manhole bench to the top of the cone section . The wall shall generally conform to the existing interior dimensions of the structure and shall provide the maximum allowable diameter based on the existing dimensions. If the proposed wall will reduce the diameter of the barrel section to less than 42-inches or the chimney section to less than 20-inches, the thickness of the proposed wall may be reduced to 1 %-inches. This change must be approved by the Engineer prior to construction . Prior to placement of the concrete, the forms shall be sealed and finished at the manhole base with concrete grout to prevent concrete from entering the sewer during the installation of the concrete . The plastic liner shall be placed on the exterior of the forms so that when the concrete is placed an integral lock between the liner and the concrete is provided. Sheets of the liner shall be preformed and factory welded, and cut to fit curved surfaces using the minimum number of separate pieces. The concrete shall be placed to ensure that it makes complete contract with the plastic lined form and fills all pockets, seams, and cracks within the annular space. Vibration of the concrete may be used, but cannot be so excessive that segregation of the concrete components occurs. After the concrete has been placed and .has sufficiently cured, seams in the plastic liner shall be welded by an experienced PVC liner welder using only manufacturer's approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. The welding strip shall be centered over the cleaned surfaces to be joined, and fused across its entire width using a hot air welding gun producing temperatures ranging between 500 F and 600 F. F. TESTING After the PVC liner and concrete waU reconstruction and all additional work is complete, the manhole shall be vacuum tested, as required by Section DA-18, Testing of Rehabilitated Manholes . If the vacuum test fails, the plastic liner may be required to be spark tested at 10,000 volts with a holiday-detector. Any pinhole discovered shall be rewelded and retested. G. MEASUREMENT AND PAYMENT 1. 2. 3. 10123/08 The price bid for PVC Lined Concrete Wall Reconstruction shall include all labor, equipment, and materials necessary for the complete reconstruction of the concrete wall. The payment length for this item shall be measured from the top of the manhole bench to the bottom of the manhole frame . Payment for exterior grouting of manhole walls necessary to stop infiltration shall be paid for at the Contract Unit Price for manhole grouting . Payment for step removal, if required, will be paid for at the Contract Unit Price for step removal. ASC-69 . PART DA -ADDITIONAL SPECIAL CONDITIONS DA-20 PRESSURE GROUTING A. GENERAL 1. Scope . Th is Section . governs all work, materials and testing required for the pres.sure grouting of manhole defects. Manholes or sections of manholes with a.ctive leaks shall be repa ired as indicated in the Manhole Rehabilitation Schedule. 2. Description,. The Contractor shall be respons ible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturer's Recommendations . Materials, additives, mixture ratios , and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be g routed are of brick, concrete, or fiberglass construction. A. MATERIALS 10/23108 1. Grouting Materials: a. Urethane Gel Grout: Urethane gel grout, such as Scotch -Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects . To avoid any wastage of the material flowing through the defects , a gel control agent may be added . The following properties shall be exhibited by the grout: 1} 2) 3) 4) 5) Documented service of satisfactory performance in similar usage. Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. Resistance to chemicals ; resistant to most organic solvents , mild acids and alkali. Compressive recovery return to original shape after repeated deformation . The chemical shall be essentially non-toxic in a cured form . ASC-70 ..... 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not us.e the water source. b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 1. Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3. Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling: Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. ASC-71 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 10/23108 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, or manhole repairs are complete. 2. Preliminary Repairs: \ a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by lPS Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature... Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. 5. Drilling and Injection: 6. a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar far brick and concrete manholes. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in ASC-72 lliiiil PART DA -ADDITIONAL SPECIAL CONDITIONS accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated an the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment far grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for performing the work and far furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with . urethanE;i grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ··A. GENERAL -Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes fallowing structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may include defects in any manhole compone.nts but not displaying 1/1. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented ~o the satisfaction 9f the . Engineer. · Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repair5: required on these unsatisfactory manholes during the guarantee_ period. · · · , · All manhole rehabilitation work shaU be warranted to be free. of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. · · · 10/23108 ASC-73 PART DA -ADDITIONAL SPECIAL CONDITIONS B. MATERIALS-Not specified. C. EXECUTION Infiltration Testing: All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections· shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole . The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be remov_ed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 (10,.H 9 -9,.H 9 ) (SEC} DEPTH OF M.H. (FT.) 8 10 12 14 16 18 ** 48-lnch Dia. Manhole 20 sec. 25 sec. 30 sec.'· 35 sec. 40 sec. 45 sec. T=5 sec. 60-lnch Dia. Manhole 26 sec. 33 sec. 39 sec . 45 sec. 52 sec. 59 sec. T=6.5 sec. 72-lnch Dia. Manhole 33 sec. 41 sec. 49 sec. 57 sec. 67 sec. 73 sec. T=8sec. **For all Manholes over 18 feet in depth, add "T' seconds as shown far each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) wHI have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then . · be re-tested as described above until a successful test is made, Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. 1012310s . ASC-74 - PART DA -ADDITIONAL SPECIAL CONDITIONS Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done to evaluate material thickness, compressive strength, flexural strength and -slant shear bond strength. The following are the minimum required strengths for cementitious and .. non-cementitiaus wall coatings: · Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. . . Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of2,400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met Guarantee: Contractor shall warrant that the ~orkmanship and material.s are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final -acceptancE:l: of the project. D. ' ·MEASUREMENT AND PAYMENT Payment for manhole vac·uum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water · testing. · · .10/23/08 ASC-75 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. / DA-22 FIBERGLASS MANHOLES A. DESCRIPTION: · This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings. Each · manhole shall be a one.;;piece unit manufactured to meet or exceed all specifications of ASTM D-3753, latest edition, as manufactured by LF. Manufacturing, Inc., Giddings, Texas, or approved equat All manholes shall be "heavywall", Y2 inch minimum wall thickness . 8. GENERAL: 1. 2. 3. 4. 5. 10123/08 Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester. resin. Reinforcing Materials: The reinforcing materials shall be commercial Grade i'E" type glass in the form of continuous roving, and chop roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. Interior Surfacing Material:: The inner surface exposed to the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner · surface layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in. (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 oz/ft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in : (2.5 mm) Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone s.ection, if produced separately, shall be. affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. ASC-76 - PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Stubouts and Connections : Stubouts shall be installed at locations shown on the drawings. Installation of SDR 35 PVC sewer pipe shall be performed by sanding , priming , and using resin fiber-reinforced hand layup. The resin and fiberglass .shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor-N-Seal boots for each pipe connection shall be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface . 7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom shall have a minimum of three 1 Ya in. deep x 3Yz in . wide stiffening ribs completely enclosed with resin fiber-reinforcement and have a minimum 3 in. anti-flotation ring as shown on the drawings . Manhole bottom shall be a minimum of 5/16 in . thick . 8. Fillers and Additives : Fillers , when used, shall be inert to the environment and manhole construction . Sand shall not be accepted as an approved filler. Additives , such as thixotropic agents, catalysts , promoters , etc., may be added as · required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification. C. MANUFACTURE: Manhole cylinders, manway reducers , and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of phop and continuous filament wound process. 1. ·interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole . Manhole steps will not be required , however. 2 . Manway Reducer: .. Manway reduces will be concentric with respept to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support : The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the .strength to ,support an H-20 traffic load without damage to the manhole. D. REQUIREMENTS : 10123/08 1. Exterior Surface: The exterior surface shall be smooth with no sharp projections. 2. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters larger than 0.5-inch diameter and wrinkles of 0.125-inch or greater in depth . Surface pits shall be permitted if they are less than 0. 75 inches in giameter and less than 0.0625-inch deep. Voids that cannot be broken with finger pressure and that are entirely below ASC-77 PART DA -ADDITIONAL SPECIAL CONDITIONS the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0.0625-inch thick. · 3. Repairs: All manhole repairs by the manufacturer shall res.ult in a product which meets all requirements of this specification. Field repair of manholes will not be allowed. · 4. Diameter Tolerance: Tolerance of inside diameter shall be +/-1 % of required manhole diameter. 5. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with ·ASTM D-3753 8.4 (note 1). To establish this rating the complete manhole · shall not leak, crack, or suffer other damage when load tested to 40,000 lbf. and shall not deflect vertically downward more than 0.25-inc at the point of the load application when loaded to 24,000 lb. 6. Stiffness: The manhole cylinder shall have the minimum pipe~stiffness values shown in table below when ·tested in accordance with ASTM D-3753 8.5 (note 1). HEIGHT-FT. 3-6.5 7 -12.5 F/AY -PSI 0.75 1.26 7. Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample. Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6: . 8. Chemical Resistance: The fiberglass manhole and all related ·corriponents shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite · and · dilute sulfuric acid as well as other gasses associated with the wastewater collection system. E. PHYSICAL PROPERTIES: 1. Tensile Strength (psi) 2. Tensile Modul.es (psi) 3. Flexural Strength (psi) 4. Flexural Modules (psi) 5. Compressive (psi) Hoop Direction 18,000 0.6 X 106 26,000 1.4 X 106 18,000 Axial Direction 5,000 0.7 X 106 4,500 0.7 X 106 10,000 F. QUALITY CONTROL: 10123/08 Each completed manhole shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM 0-3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. ASC-78 - PART DA -ADDITIONAL SPECIAL CONDITIONS G. As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested , and inspected in accordance with the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING : The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a 4" x 4" x 30" timber into the top of manhole with cable attached or by a sling or "choker'' connection around center of manhole, lift as required. Use of chains or cables in contact with the manhole surface is prohibited. I. CONCRETE: 1. Fiberglass Bottom : Class F Concrete shall be used to form bench area and invert . . Class E Concrete shall be used on top of anti-flotation ring and around the reduce _ section as required for buoyancy and as shown on the drawings . . 2. Concrete Bottom : Lower manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flow line, then move manhole to plumb. The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines. On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines . Concrete collars shall be constructed around reducer section at locations shown on the drawings . J. BACKFILL: 1. 2. Backfill Material: Unless shown otherwise on drawings and approved by the ., Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section . Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods , which will not readily break down under compaction . This material will be subject to approval by Engineer. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density , unless otherwise approved by Engineer. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the fiberglass manhole structure . K. MARKING AND IDENTIFICATION: 10/23108 Each manhole shall be marked on the inside and outside with the following information: 1. 2. 3. Manufacturer's name or trademark Manufacturer's factory location Manufacturer's serial number ASC-79 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Total height 5 . Complies with ASTM D-3753 L. MEASUREMENT AND PAYMENT: 1. The price bid for new/ replacement manhole installations shall include all labor, equipment and materials necessary for construction of the manhole including but not limited to joint sealing , lift hole sealing and exterior surface coating, concrete base, concrete invert, connections to sewer pipes, castings , backfill, unpaved surface restoration , and all appurtenant work. Payment shall not include pavement replacement, which if required, shall be paid separately. 2. Payment for concrete collars and watertight manhole inserts, if required, will be made separately, based on the appropriate bid items. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating : and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Fort Worth Water Dept ATMOS Gas TXU Electric · SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities Telephone Number · 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817~246-5538 817-392-6594 1-800-DIG-TESS . Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M .A.C. overlay adjacent to said facilities . 10/23108 ASC-80 - PART DA -ADDITIONAL SPECIAL CONDITIONS Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item Na. 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 911 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 D11 mix as per specification No. 300 "Asphalts, Oils and Emulsions", ·Item No. 304 "Prime Coat" and Item No. 312 "Hot Mlx Asphaltic Concrete". and compacted to standard City densities and top soil as per specification item No. 116 "Top Soilu, 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 compl.eted within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. · · The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-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 10/23108 ASC-81 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 su itable 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. Howe.ver, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Be.fore the patch layers are applied, any loose material, mud and/or water shall be removed. A liqu id 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 recyc ling 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 cub ic yard shall be full compensation for all materials , labor, equipment and · incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material · in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A. Description 10/23/08 This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The · existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C . surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. ASC-82 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. ' . . ~ B. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the .. cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by , ,Jhe cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for . all labor, material, equipment, tools, and incidentals necessai:y to complete the work .. · DA-29 BlJTT JOINTS :-.M!LLED A. Qescription: This item requires the contractor to mill .. butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay · ,$hall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No, 9 -Wedge Milling. The configuration of the butt joints is . described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. 8. Construction Details t0/23/os · ASC,.83 PART DA -ADDITIONAL SPECIAL CONDITIONS Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" ta 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride aver the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance ·with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. · DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete'\ 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as fallows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. 10/23/08 ASC-84 PART DA ·-ADDITIONAL SPECIAL CONDITIONS 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 spe.cification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic -Concrete'\ Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street · Excavation" ltem No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times. as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a ·.minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails ta complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damag.ewill be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown an the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the , work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall · include the construction of concrete valley gutters at various locations to be . determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to .this Pay Item. · See standard specification Item No. 314", Concrete Pavement'\ Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, ''Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. 10123/08 ASC-85 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no add itiona l 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 w ithin seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The uni.t price bid per square yard for Concrete Valley as shown on the proposal will be full . compensation for materials , labor, equ ipment, 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 sidewaik. All applicable provis.ion 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 ls poured (Product sold by BAER). "Contractor shall provide a colored sample concrete pane l of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned · specificat ion . The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction cove red in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution ." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION 10/23/08 ASC-86 PART DA-·ADDITIONAL SPECIAL CONDITIONS Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and ·store the 811 deep pulverized material , then cut the base 2" to provide place far the new 2" H.M.A.C . surface. The 2" base cut shall start at a depth of 8" from the existing . pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.C. and crushed stone/gravel, undercut will not be required, the contractor will pulverize 1 O" inches, the 2" inch cut will be taken from the 10'' pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after an concrete work has been completed on a street. If the contractor fails to begin the work. within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured , the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq . yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2u H.M.A.C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The fallowing specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the En9ineer. · ·· · A GENERAL: Reinforced concrete pavement or base shall conform ta Specification Item No. 314. herein except for finishing and curing. · ·· · · ··· · · · · · 8. FINISHING : The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flus.h with the adjacent pavement and shall . have a finish similar to the surrounding pavement. The sur:tac~ shall be ,even ~nd shall provide a smooth ride. · C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days .or test cylinders reach 300Q psi t>efore remqv8:I of barricades. D. EXECUTION: 10/23108 ASC-87 PART DA -ADDITIONAL SPECIAL CONDITIONS Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before , lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas · requiring repair. · 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Speciffcations for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 10/23/08 Where kriown by the design engineer, the locations of potentially petroleum 'contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of ASC-88 10123/08 - PART DA -ADDITIONAL SPECIAL CONDITIONS being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (sails). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying far required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated . Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. . . . ,·, ,'., e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Sp~cialist in Compliance, plans for · handling Potentially Petroleum Contaminated Material (PPCM) not less than · 30 days prior to commencing excavation. · · · b. The Contractor shall take necessary precautions white performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is. reviewed by the City and (2) the plan~ (i.e.,· drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed · qualified environmental professional consuttant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of · construction including proposed excavation and handling methods, proposed carriers for contaminated . ,. -.. - ASC-89 PART DA -ADDITIONAL SPECIAL CONDITIONS materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his ·qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 10/23/08 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be. notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATEDAREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when ·. there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site . to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum cohtaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with . a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient ASC-90 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS will not be considered potentially petroleum contaminated. The PIO or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. .. · a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING. POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall comptetely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will beJorwarded to the City of Fort Worth Department of Environmental Management d. ·contaminated soil -identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. · HANDLING.POTENTIALLY PETROLEUM .CONTAMINATED WATER (PPCW) · a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is .otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to ASC-91 PART DA -ADDITIONAL SPECIAL CONDITIONS extraction . PPCW shall, if necessary , be treated in an appropriately sized oil/water separator, air stripper or GAG canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge {discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations . Any phase separate product recovered from the oi.1/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 10123/08 Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations , sampling, stockpiling, etc. ASC-92 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill} to handle special wastes (petroleum contaminated soils), A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers be.st estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposaL 8. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form lWC-0332}. The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the OWner. AUTHORIZATION OFPAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL · OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility.· The Contractor shall immediately resolve any manifest discrepancies, Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA--37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award.. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1012310s ASC-93 ------·---eAB.J_DA ~AQQIIIONAL_S_eECIAL_C_ON .DIIIONS_ 1. General Conditions, Supplemental Conditions , applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications , are hereby made a part of this section . 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans . B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe . 2. The channel side slope shall be as shown on the drawings . 3. Engineering filter fabric material shall be placed underneath the riprap. 4 . Riprap shall. extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 10/23108 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits : 24" Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18inch 12inch 6inch Sieve Size (Square Mesh) 18 inch 12inch 6inch 3inch Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade BNP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade ASC-94 PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform . to . Jhe following requirements as delivered to the mixers: Sieve Designation , U.S. Standard Square Mesh 3/8 in. (9 .5 mm) No. 4 (4.75 mm) No. 8 (2 .36 mm) No. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No . 100 (150 um) Permissible Limits Percent by Weight, Passing . 100 95-100 &0-95 55-75 .30-60 ·12-30 2-10 D. EXECUTION: 10/23108 1. CONSTRUCTION : a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses -and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The .geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation , the geotextile shall be rejected if.rit .has defects, ·rips, holes, flaws, deterioration or damage incurred during manufacture; transportation or-storage . The surface to receive the geotextile shall be prepared to a · relatively. smooth condition free of obstructions, depressions, debris, and .soft or .. low density ·pockets of material. · Erosion ·-features such as rills , gullies, etc. mustbe graded out of the surface before geotextile placement. The geotextile · shall be placed with the .Jong dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles , or creases. The strips shall be · placed to provide . a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may ·occur during placement of material on the geotextile. The specified placement procedure requires thaHhe length of the geotextile be greater than .·the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times ,during construction from .contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geatextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The -work .shall be scheduled so that · the covering of the geotextile with a layer of the ASC-95 :·· !:_.. 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS specified material is accomplished within seven (7) calendar days after placement of the geotextile . Failure to comply shall require replacement of geotextile. The geotextHe shall be protected from damage prior to and during the placement of rock. riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile . In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform ta the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source , by controlled dumping of successive loads during final placing , or by other methods of placement which will produce the specified results . Rearranging of individual stones , by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone spec ified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement , water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming . The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted . Riprap shall not be·· grouted when the · ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when ··the grout, without special protection,· is likely to be subjected · · to freezing temperatures before final set has occurred . Prior to grouting , all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 1 O feet in width, commencing at the lowest strip and work ing up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout work.ed into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation , the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load ASC-96 PART DA -ADDITIONAL SPECIAL CONDITIONS shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days . E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs . in-place, c;omplete. DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MA TERfALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwis~ sh .own on . the plans, concrete riprap shall be reinforced usingwire or bar re.inforcement. · · . ' The concrete shall be 3000 PSI at 28 days, Class A Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more.than three (3) inches from the edge of ·· the concrete and shall have no wire projecting beyo11d the last member parallel to the edge of the concrete. Reinforcement shall be supported .properly throughout the placement to maintain its position . equidistance from the top and bottom surface of the slab. · If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the . concrete is placed. All surfaces shall be moist when concrete is placed. · · · After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably .smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price win be full compensation for 10/23108 ASC-97 PART DA -ADDITIONAL SPECIAL CONDITIONS placing all materials , and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price . DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W .A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backfill, bedding, blocking , excavation and all other associated appurtenances ; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project 1. A complete list of fittings and specials upon which the lump sum is bid . . 2. Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials . The lump · sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials , and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal , and the Contractor shall be paid on the basis of this adjusted value under that bid item .. DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by «a" 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 This item shall consist of furnishing and installing 6" perforated subdrain and .filter material all as shown on the encl.osed details, or as directed by the Engineer. • All applicable provision of standard Specifications Item · 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be · poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall 1012310s ASC-98 PART DA -ADDITIONAL SPECIAL CONDITIONS be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented. in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. Test Requirements Original Physical Properties Fabric weight, on an ambient Temperature air-dried tension free sample, expressed in oz/sq.yd. Method SDHPT Test Method Tex-616-J "Testing of.Construction Fibers" 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (1 O cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Tex-616-J 80 minimum Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction, expressed D 1682 grab method G as in _pounds . modified by Tex-616-J Equivalent opening size Standard sieve no.) (US CW-02215, US Army Corps of 70 to 100 Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric: November, 1977. ~Apparent elongation~ at breaking AST, Designation: 100 ma~imum road in either machine or cross-D 1682 grab method G as . machine direction, expressed as modified by. Tex-616-J percent. . '; ~. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such .a way as not to damage the Filter Fabric material during the placement. 10/23108 ASC-99 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 ~Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and . Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces {subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: 1. "A0 Street 2. "B" Street 3. "C" Street 4. "D" Street 5. 0 E11 Street After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work · (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall · be filled with crushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be ma.intained in a serviceable condition until the paving has been replaced. DA-48 EASE.MENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before 10123/08 ASC-100 PART DA -ADDITIONAL SPECIAL CONDITIONS construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are , shown on the plans. The easements shall be cleaned up after use and restored to their original · conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of ·this project are enclosed herein and made part of these specifications. DA-50 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 E 1-20 and E2-20 of the Genera.I . 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 . . .• . .. . All combination turbo meter installations will be per attached Figure 33 unless otherwise directed . by the Engineer: The contractor shall use Bilco Type J-3 Model · 30" x 36" Steel Single Leaf Doors or approved equal unless the vault door is subject to vehicular traffic i.e.: in a street, parking lot, or driveway .. · The appropriate size turbo meter with strainer and check valve if required will be furnished to the · Contractor free of charge; however, the Contractor will be required to pick up ·these item(s) at the Field Operations Warehouse. 10nel08 ASC-101 PART DA-ADDITIONAL SPECIAL CONDITIONS Payment for all work, materials, and au necessary appurtenances from bypass tee to bypass tee which are required to provide a complete and functional Combination Turbo Meter Installation complete with Bypass and Concrete Vault shall be included in the price bid for each. DA-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations ·wm be per attached Fig.ure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse. Payment for all work. materials; and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water · meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddl.e (if required), corporation stops, and fittings shall be included in the price bid for Service Taps. to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and · an incidental s:.:.feet of type K copper service line which are - required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station , modification to the vault, fittings, and all type K copper service line which are required to provide 10/23108 ASC-102 PART DA -ADDITIONAL SPECIAL CONDITIONS a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutt ing 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-5G 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 jop site, fabrication processes and techniques of constriction, coordination of his work with that of other tlc3des and satisfactory performance his work. The Contractor shall check and . verify all measurements and review submittals prior to being submitted , and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittaL Three (3) -copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2 .. Shop drawings shall · be submitted for the following items prior to installation: List the required submittals here 10/23108 ASC-103 · PART DA -ADDITIONAL SPECIAL CONDITIONS Additional shop drawing requ irements are described in some of the materia l specifications . 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized , immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY 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 When H.M,A.C . greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M .A C. and 2:27 concrete base , as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT -DRIVEWAY REPAIR At locations where H.M .AC. driveways are encountered , such driveways shall be completely replaced for the full extent of utility cut with HM.AC. equal to or better than the existing driveway. DA-61 TOP SOIL Where· directed-by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department 's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting ex isting 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 . 1012310s ASC-104 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are far 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 far lost or anticipated profits based upon differences in estimated quantities versus act~al 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 uemergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract A contract in the amount of $200,000 {see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from .the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, . 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 . QPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior . ta the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 . NON-EXCLUSIVE CONTRACT ·. . . ' 10/23108 ASC-105 PART DA -ADDITIONAL SPECIAL CONDITIONS This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded , the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No . 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid far this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and · incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for bath 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 Upon approval of an asphalt rnix 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 10/23/08 ASC-106 PART ·DA;. ADDITIONAL SPECIAL CONDITIONS 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 "DD asphalt is applied . Cores .to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES '. . ·,' . . '·· .. ·. ~ ~· -.. . . ' . ·. When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of:these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL ,,>VALVE AND ·BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown an the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of-twenty-four (24) hours advance notice shall be .given when service interruption wilf ·, be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back~flow preventer or ·control valve and box. Payment for all work and material such as back-fill, fittings,'five (5) feet of PVC ·Schedule 40 and all material labor, and equipment used by · and ·for the licensed plumber · shall ·be · included in the price bid for the relocation of sprinkler · back-flow preventer or control valve and box. All other costs will be included in other appropriate · bid item{s). DA-74 'RESILIENT-SEATED GATE VALVES '. ~.-. ' .' .. -'' ··, ; : .. '' ' ': :·; Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, .-STANDARD .SPECIFICATIONS FOR RESIUENT-SEATED GATE VALVES,· with the exception of -size requirements in sections E-26.1. AU ·resilient-seated gate valves shall be mechanical joints and be -approved on the City of Fort Worth Standard Product List. \ ' DA-75 EMERGENCY SITUATION,-JOB .MOVE-IN ' .-, .· · .,. ' . •.: -: . \ ... The , Owner or Engineer ·shall determine when an emergency ·situation shall exist. When water emergency work is required, the Contractor .. shall mobilize to ;the said location within twenty-four · (24) hours after :given notification from the Inspector and/or Project Manager. The ,Contractor shall · make 'all necessary arrangements for bypass · pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer~ The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager; Inspector, and ·Contractor. After the emergency work order has been completed, there will be no additional "Jab Move-Inn charges paid to remobilize back to the previous project location site. · 10/23108 ASC-107 .. PART DA -ADDITIONAL SPECIAL CONDITIONS DA-76 1 %'' & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Servic.e Lines and Copper Alloy Couplings: All fittings used for 1 14" 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 s·pecifically 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 14 " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to ·. satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material., These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot . mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one {21) calendar days. The twenty-one {21) calendar days for completion of the job begins the day after the contractor receives the ticket. See special ·· condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. 10/23108 ASC-108 PART DA -ADDITIONAL SPECIAL CONDITIONS · The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair $izes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due . diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation . .. The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Water Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired. · .. , At the end of. contract the Contractor will have twenty-one (21) additional calendar days ta complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S.Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) · The Contractor shall assist the Engineer in measuring each pavement repair before -any work is started. A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticketis issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C GeneralConditions. · . DA-82 LIQUIDATED DAMAGES (UTIL. CUT) 10123/08 ASC-109 PART DA -ADDITIONAL SPECIAL CONDITIONS Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall me.et the following gradation and abrasion: Sieve Size 1 '!4" 3/8" #4" #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 .CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix,. washed rack and debris from the street in the area of the repair. No more than s.even days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section CS-5 .17 Clean-Up of Part C General Conditions. DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 10/23108 ASC-110 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all ·proposats Unit I, Unit 11, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair. The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be . rejected by the Water Department. DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Regardless of the existing pavement type, base repair for Unit I shall be either min. B" concrete base (see D-23, 2:27 Concrete Base) or min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) When concrete base is required for repairs > 200 square feet in area, the base repair shall be either min. 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA"."90 ,2" TO 9" H.M.A.C. PAVEMENT(UTIL. CUT) These items will include the furnishing and placing of H.M.A.G. surface course as directed by the Engineer. For Specifications governing Type ''D" HM.AC. see the 1982 Texas State Department of , · Highways and Public Transportation, Spec. Item No. 340 "Hot Mix Asphaltic Concrete _ Pavement". H.M.A.C. is also covered under Spec. Item No. 312 in the Standard Specifications for Construction, City of Fort Worth. Subsidiary to the H.M.A.G. pavement shall be sawing, removal of asphaltic material, gravel and excavation as shown on the details or as directed by the Engineer. The removed s.urfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engine.er. In no case shall the removed surface be stockpiled on the job site.· The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as .required. 10/23108 ASC-111 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. The exi.sting asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut • area. 3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. , Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock. 4. Place H.M.A.C. surface mix in lifts not to exceed three (3) inches. Last or top lift shall not be less than two (2) inches in thickness. 5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller~ Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature. above 250 F {121 C) to ensure a good compaction . Tap lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints. . 7. Clean up surrounding area. Do not leave excess fill or excavated material on the pavement. 8. Remove safety signs, barricade and/or warning devices after job is complete. Payment shall be made at the unit price per S.Y. as shown on the proposal and shall be full . compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new pavement grade. The unit price bid will be full payment for materials including all labor,· equipment, tools and incidentals necessary to complete the work. DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT (UTIL. CUT) This item shall include: \ 1. Removal and salvage of existing brick pavers for the purpose of relaying, in such a manner that no damage occurs during handling of the brick. 2 .. Supply additional brick pavers as necessary that meets size, shape and color of existing brick, as approved by engineer. 3. Mortar bed shall be leveled to the desired elevation, as directed by Engineer and shall not be disturbed i.n any way. · The mortar setting bed shall consist of: 10/23/08 ASC-112 PARTDA -ADDITIONAL SPECIAL CONDITIONS a. 1 part Portland cement -ASTM C150, Type 1 b. 1 /4 part hydrated lime by volume -ASTM C207, Type 5 c. 3 parts damp sand -ASTM C.;144 (for high-bond mortar, grc1dation in accordance w ith additive manufacturer's recommendation) · d. Add water to obtain stiff mix -water shall be potable quality The .dry joi,nt fiUer shall _consistof: ·. a. 1 part Portland cement -ASTM C150, Type .1 b. 6 parts dry sand -ASTM C-144 c. DQ not add wat~r High bond mortar mix shall consistof: a . 1 sack Portland cement -ASTM C150, Type 1 b. 50 pounds workability additive -l-'A" Marble Dust by Armco Steel. Corp ., Piqua Quarries, or Ute · Dolomite Limestone by U.S. Lime Division ofFlintkote Corp., orMicrq Fill No./2 by Pure Stone Co., of Marble Falls, Texas. . · ·· c. 31/4.cubic feet of sand ~ASTM C-144 d. 4 gallons of high bond additive-Sarabond Liquid Mortar Additive by the Dow Chemical Co . . e . Mix with water in accordance with High Bond Additive ·manufacturer's recommendations . '.;,-;; Concrete surfaces to receive .pavers shi;ill be dry , clean . fee of ·oily · or waxy films ,and firm and level. Pavers with chips, cracks, or voids shall not be used. The setting bed mixture shall be spread and screeded to a true plane and shall be limited to that amount that can be covered with pavers before initial set. DA'."94 ,LIMESTABlqZED, .~UBGijf\DI; :(UTIL. CUT) Upon the direct.ion of the Engineer, the Contractor shall provide a lime stabilized Subgrade or · base in conformance with Specification Items 210 and ., 212 of the City of Fort --,Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by :the Engioeer, Jime shall be applied at the . minimum rate of four pounds (4#) per square yard per inch .... de~h. . Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include . all labor, equipment, material, and inci.dentals necessary to sa.tisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary tq the bid pricefor.Ume stabiliza~ion'. .• i,.: DA,9S CEl\n,ENTSTABIUZED,.SlJBGRADE .(UTIL C:".IT)·. At the . directicm of the Engineer, the Contractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the Standard Specifications forStreet and Storm Drain Construction ofthe City of Fort Worth, Texas · Transportation and Public Works Department. · Unless directed otherwise ·. by the Engineer, · Cement shall be applied . atc;1 minim.µmrate pf five, pounds (5#) per square yard , per inch of depth .. -· 10123/08 ASC-113 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair . The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and , other miscel.laneous items may be reused. Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete re.quired to reconstruct the structures as well as all steel, etc. in conformance with the appropriate drawings. DA-97 "QUICK-SET" CONCRETE (UTIL.' CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved · equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown ' on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and ··· incidentals necessary to complete the work. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item i.s included for the basic purpose of establishing a contract price which wm ·· be · comparable to the final cost of making necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the ProposaL It shall be the Contractor's responsibility to provide the · services of a licensed plumber to make the utility adjustments determined necessary by the . Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the 10/23/08 ASC-114 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply. · The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer. All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equaL A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimensions approved by the Engineer, meeting the aforementioned . specification if needed. The sample, upon approval by the Engineer shall be the acceptable · standard to be applied for .all wheelchair ramp construction. Surface coloring shall be subsidiary · , to the unit price for this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform . color distribution. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR {UTIL. CUT) . The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be 5'x 5'. 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the replacement shall .be extended to thatjoint. .. . 3. Dummy joints shall be .sawed across any panel where a construction joint intersects .the panel and a joint.does not exist... All new joints (construction or dummy) shall be parallel with existing joints. 4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel. The determination shall be made by the inspector on a case by case basis in order to assure uniform joint spacing.. · Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing: all . labor, materials, equipment, tools, and incidentals necessary to complete the work. However, payment for sayvcutting dummy joints in adjacent .panels shall be made under the appropriate. bid item . • 10123/08 ASC-115 . PART DA -ADDITIONAL SPECIAL CONDITIONS DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M .A.C. paved streets. Specification item no. 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this .: item. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the , improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will . recommend acceptance of the work under that particular Work Order and recommend payment therefore. · If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition·. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and · all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, · or other organizations furnishing labor and/or materials under that Work Order have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or conne.cted with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or . other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials -------- 10/23/08 ASC-116 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order . together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location .of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. · . ·· ·· · · .. , · ·. ·· .· · . . . · . Payment for work such as backfill and all other . associated appurtenants required, shall be included in the price of the appropriate bid item. · DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no mare than three {3) locations under construction at any one time, unless approval by the. Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep alrwater extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and .upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as . directed by the Engineer, for flushing and for providing sample pqints for bacteria tests. . -... .' · . . .. The water main extensions. of the project shall be tested under normal Hoe pressure and any leaks observed shall be immediat~ly rfrpaired. : .;.·_. .. .· '· . DA-106 BID QUANTITIES (MISC. EXT.). Bid quantities of the various items it;l the proposal .are for .comparison only and may not reflect the actual quantities. There is no limitto which a bid . iter.n car1 .be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits . based upon differences in estimated quantities versus actual quantities. · · · · DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued .. to .the Contractor for work to be performed under this Contract for. not to exceed 365calendar .days following· the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 10/23108 ASC-117 , . PART DA -ADDITIONAL SPECIAL CONDITIONS 365 calendar day period , at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price . DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description : " The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 tbs./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 1. Mineral admixtures will be pozzolanic 2 . Chemical admixtures shall be in liquid or powder form used in standard ready-·mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal , which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metais 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. 10/23108 ASC-118 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 constr\Jcticm, .and/or expansionjoirtt ·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 far. "BRICK PAVEMENT REPAIR" as shown {n the Proposal will be full payment for materials inclu?ing all labor, equipment, ·. t<lols an.d inciqentals nece~sary to complete the work. DA-110 DETERMINATION ANQ INITIATION OF,WORI< (MISC. REP!-~) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The · Engineer will notify ·the Contractor. that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to provide his fax number to the Engineer at the .pre-construction ,conference. Single or several Work Orders may be issued at one time. The Contractor shall . initiate work on a replacement within seven (7) working days. of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in.the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WO.RK ORDE,R COMP,LETION TIME (MISC~ REPL) .. , Should the contractor fail ta . compl~te ·an .indJvidual .work order)n ,the .given amount of calendar days as specified on each indiv.idual work order, liquidc!,ted damage charges as prescribed .in Part · C ~ General Conditions C7-7.10 Time of Completion will be subtracted from the final pay .estimate of that particular work order. The estimated amount for each particular work order will be used for determining the am.ount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part .c -General Conditions C7~7.10 Time Of Completion shaU be replac.ed with the following: · ·· · The time of completion a.f each individual work order in an essential element_ of thi~ contract Each work order issued will have the maximum allowed number of cc1lendar d~ys all.ow~d . for the . completion of that specific work. '·· · · ·. :. ·· ·· ··. ·. ' · The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + Hl days == Number of Calendar Days allowed for Construction of Individual Work Order. ·· ·· ·· · · · ' ' . ' ASC-119 . :.·: 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations. One move-in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required ls not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort · Worth Construction Manager and coordination meetings for the following: A Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and 10123/08 ASC-120 · - - PART DA -ADDITIONAL SPECIAL CONDITIONS suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. 2. 3. 4. One plan table, 3-ft by 5-ft and one stool Desk about 3-ft by 5-ft with desk chair Two additional chairs Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. 2. 3. 4. One conference table (6-ft). Eight folding chairs. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. Duplicating machine, Xerox Madel 10251 or equal. D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 CATHODIC PROTECTION SYSTEM Within a wee.k of commencing the installation of the Cathodic protection system, the contractor shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the Contractor's superintendent on the project has physically demonstrated the understanding to the field installation procedure of the system and that the initial installation has been verifed and found to meet the manufacturer's specifications. 10/23108 . ·. . \., ; ~ .. ASC-121 PART DA -ADDITIONAL SPECIAL CONDITIONS Before the Final inspection of the project, the contractor shall have a NACE (National Association of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning Survey'. Based on this survey, a certification from the Manufacturer shall be furnished by the Contractor to the City certifying that the system was found to be installed correctly and operating effectively as per the intent of the specifications. ' 10123/08 ASC-122 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhead) CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------- Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-51 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF wo.RK .................................................................................................... SP-4 2.. AWARD OF CONTRACT ............................................................................................. SP-4 3. PRE CONSTRUCTION CONFERENCE ..................................................................... SP-4 4. EXAMINATION OF SITE .......................................................................................... SP-4 5. BID SUBMITTAL. .............................................................................................. : .......... SP-4 6. WATER FOR CONSTRUCTION ............................................................................... SP-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. WAG.E RATES. ........................................................................................................... SP-5 12. EXISTING UTILITIES ................................................................................................. SP-6 13.. PAR.KWAY CONSTRUCTI.ON .............................................................................. , ...... SP-7 14. MATERIAL STORAGE ................................................................................................ SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPRO-VEMENTS .............................................................................................. SP-7 16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7 .17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7 18.. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-8 20. FINAL CLEAN UP ..................................................................................................... SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPEN.SATION LAW ........................................................................................... SP-10 2.2. SUBSTITUTIONS ..................................................................................................... SP-13 23. MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13 24. WORK ORDER DELAY ........................................................................................... SP-13 2.5. CALENDAR DAYS .................................................................................................... SP-13 26. RIGHT TO .ABANDON .............................................................................................. SP-13 27 . CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29 . DELAYS ........................................................................................................ SP-1-4 30. DETOURS AND BARRICADES ............................................................................... SP-14 31 . DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-14 32. QUALITY CONTROL TESTING .................. , ........................................................... SP-15 33. PROPERTY ACCESS ............................................................................................. SP-15 34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-15 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36 . RIGHT TO AUDIT .................................................................................................... SP-16 37. CONSTRUCTION STAKES ..................................... : ............. SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS ................................... : ....................................... ,. SP-18. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-1 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41. PAY ITEM-CHANNEL-EARTHEN -REMOVE (BID-00062) ................................ SP-19 42 . PAY ITEM-PIPE -REMOVE (810-00080) , ............................................................ SP-19 43 . PAY ITEM-PIPE -ABANDON (BID-00901) ........................................................... SP-19 44. PAY ITEMS-PIPE-21-48 INCH-CL HI -INSTALL (BID-00081-00087) .............. SP-20 45. PAY ITEMS-BOX CULVERT-4FT X 3FT & 5FT X 3FT-INSTALL (BID-00873 & 00876) .................................................................................................. SP-20 46. PAY ITEM-INLET -REMOVE (BID-00102) ........................................................... SP-21 47. PAY ITEMS -INLET-INLINE -5FT-20FT & DROP 4 FT -INSTALL (BID-00106- 00109 & 00104) ....................................................................... ; .......................... SP-21 48. PAY ITEMS -MANHOLE - 4 FT X 4 FT, 4 FT X 4 FT (STACKED}, 5 FT X 5 FT, 6 FT X 6 FT -INSTALL (BID-00118 & 00117) ............................................................ SP-21 49. PAY ITEM-MANHOLE-TYPE 1-C -INSTALL (BID-00115) ................................ SP-21 50. PAY ITEM-JUNCTION BOX-11 FT X 7 FT-INSTALL (BID-01287) ................... SP-22 51 . PAY ITEMS-HEADWALL-TYPE CH-PW-0, TYPE FW-0 WINGWALLS W/CONCRETE APRON , TYPE CH-FW-0 WNELOCITY DISSIPATORS -INSTALL (810-0006.9) ..................... , .......................................................................... SP-22 · 52 . PAY ITEM -FENCE -REMOVE (810-00127) ............. '. ........................................... SP-22 53 . PAY ITEM -FENCE -CHAIN LINK -INSTALL (BID-00128) .................. _. .............. SP-22 54. PAY ITEM-FENCE-TEMPORARY-INSTALL (BID-00130) ................................ SP-23 55. PAY ITEM -GRASS -SOD -INSTALL (BID-00137) .............................................. SP-23 56. PAY ITEM-GRASS-HYDROMULCH SEEDING -INSTALL (BID-00134) ............ SP-26 57. PAY ITEM-TOPSOIL -INSTALL (BID-00147) ....................................................... SP-28 58 . PAY ITEM-TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID- 00372) ................................................................................................. SP-29 59 . PAY ITEM -RIPRAP -REMOVE (810-00093) ........................................................ SP-29 60. PAY ITEM -RIPRAP-GROUTED <THAN 18 INCH ROCK -INSTALL (810-00098) SP-29 61. PAY ITEM -CURB & GUTIER -REMOVE (BID-00424) ....................................... SP-30 62. PAY ITEM-CURB & GUTIER-7 INCH W/18 INCH GUTIER -INSTALL (BID- 00426) . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . .. . . ... . . .. . . . . . . .. . . . . . . . . . . . . . . . . . . .. . SP-30 63. PAY ITEMS -WALK -REMOVE (BID-00529), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533) ........................................................................................... SP-31. 64. PAY ITEM-WALK-INSTALL (BID-00528) ............................................................ SP-31 65 . PAY ITEM-WALK-ADA WHEELCHAIR RAMP-INSTALL (BID-01227) ............. SP-32 66 . PAY ITEM-PAVEMENT-CONCRETE-PARKING LOT FLATWORK-REMOVE (BID-00457) ................................................................................................. SP-32 67 . PAY ITEM-PAVEMENT-6 INCH REINFORCED CONCRETE FLATWORK- INSTALL (BID-00450) ............................................................................................... SP-32 68 . PAY ITEM-DRIVEWAY -REMOVE (BID-00402) .................................................. SP-33 69 . PAY ITEM-DRIVEWAY-6 INCH -INSTALL (BID-00404) ...................................... SP-33 70. PAY ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504) ................ SP-33 71 . PAY ITEM-STORM WATER POLLUTION PREVENTION> THAN 1 AC SWPPP- INSTALL (BID-00100) ................................................................................................. SP-34 72 . PAY ITEM -TRAFFIC CONTROL -INSTALL (BID-00181) ............................... : ...... SP-36 73. PAY ITEM -PAVEMENT-2 INCH HMAC ON 6 INCH FLEX BASE-TEMPORARY - INSTALL (BID-00442) .. : ............................................................................................. SP-37 City of Fort Worth . Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP·2 of 51 SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 74. PAY ITEM-PAVEMENT-2 INCH (MIN) HMAC ON 2/27 CONCRETE BASE - INSTALL (BID-00443) ................................................................................................ SP-38 75. PAY ITEM-PAVEMENT-8 INCH PULVERIZATION -REHAB (BID-00454) ......... SP-39 76. PAY ITEM-PAVEMENT-2 INCH TOO INCH WEDGE MILLING DEPTH-5FT WIDE -INSTALL (BID-01163) ................................................................................. SP-39 77 . PAY ITEM-PAVEMENT-CEMENT M0DIF1CATION-26LBS/SY -INSTALL (BID-01120) ................................................................................................. SP-40 78. PAY ITEM-PAVEMENT-2 INCH SURFACE COURSE-TYPED MIX -INSTALL (BID-00447) ............................................................................................................... SP-40 79. PAY ITEM -VALVE BOX-ADJUSTMENT -SERVICES (BID-00847) ................... SP-40 80. PAY ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849) ...................... SP-41 81. PAY ITEM -INSPECTION -PRECONSTRUCTION CLEANING & TV -STUDY (BID-00202) ................................................................................................. SP-41 82. PRE PAY ITEM-UTILITY ADJUSTMENT-REPAIR (BID-00414) ......................... SP-41 83. NON PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-42 84. NON PAY ITEM -SPRINKLING FOR DUST CONTROL ......................................... SP-42 85. NON PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL. ........................ SP-42 86. NON PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-42 87. NON PAY ITEM-PROJECT SCHEDULE ................................................................ SP-43 88 SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-45 89. NON PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP-46 90. NON PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .................................................................................................. SP-46 91 . NON PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-47 92. NON PAY ITEM -WASHED ROCK .......................................................................... SP-47 93. NON PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-47 94. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................. SP-47 95. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ............................ SP-48 96. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-48 97. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..... SP-48 98. NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)., .............................. SP-48 City of Fort Worth, Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-3 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: MISCELLANEOUS STORM DRAIN IMPROVEMENTS, CONTRACT B -PHASE 2 CITY PROJECT NO .: 00094 1. SCOPE OF WORK: The work covered by these plans and specifications includes the construction of approximately 914 LF of Storm Sewer Trunk. Major bid items include ; 338 SY of 2-inch HMAC (Type 'D') Overlay ; 829 LF of Storm Sewer Pipe, ranging in diameter from 21-inch to 48-inch ; 85 LF of Storm Sewer Box , 4-ftx3-ft; 5 EA Curb Inlets, ranging in size from 5-feet to 20-feet; 4 EA Manholes , ranging in size from 4-foot square to 6-foot square; and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit II constitutes a package. If the Contractor submits a bid on 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, Des ign 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 sequenc ing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and . public properties, procedures for protecting existing improvements and disposition of all . materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law). Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-4 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit · prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall · be included in the price bid in the Proposal · for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's . particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RA TES: Compliance with and Enforcement of Prevailing Wage Laws Duty to Pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand niade 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-5 of 51 SPE.CIAL PROVISIONS FOR STREET AND STORM. DRAIN IM.PROVEMENTS paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period , whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section .) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent . and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . · City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 . Page SP ~6 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 13. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers , · servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, seNants, 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, seNants 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-7 of 51 SPE.CIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 pract ices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No. 15530 , the City has goals for the . participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts ( other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies .of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor 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 City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-8 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 ut ilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals . applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, · 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let , and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance . c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. 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 . City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-9 of 51 SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-10 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project , to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing · that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-11 of 51 j. k. B. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions . The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "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 City of Fort Worth , Texas Special Prov isions For Street and Storm Dra in Improvements PMO Releas e Da te: 07/28/2010 Page SP-1 2 of 51 SPE.CIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". · 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the City. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or ·. equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are . expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days . 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-13 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any , which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension ·of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways " 31 . DISPOSAL OF SPOIUFILL MATERIAL : Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the C ity of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-14 of 5 1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 fai lure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (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: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-15 of 51 SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS "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. (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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-16 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS at the rate published in the Texas Adm inist rative 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 mark ings as may be found consistent with professional practice to establ ish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avo id 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 requ ired. An individual registered by the Texas Board of Professional Land Surveying as a Registered Profess ional 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 cont inue 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 t ime charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the Contractor by certified mail , return receipt requested demanding that , within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvem ents PMO Release Date : 07/28/2010 Page SP-17 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS situation. If necessary, the City Manager's Office and the appropriate city council members may arso be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1 through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, the calendar days allowed may be adjusted. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-18 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CONSTRUCTION 41. PAY ITEM-CHANNEL-EARTHEN -REMOVE (810-00062): This item will include excavation of channels at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 11 O 'Unclassified Channel Excavation'. Excess material which is obtained from excavating the channel may be used for fill placement subject to the provisions of Item 114 'Embankment' and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to : rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. The price bid per cubic yard as shown in the Proposal will be full payment for disposal and materials, including Turf Reinforcing Mat (TENSAR P300 or equal) and all labor, equipment, tools and incidentals necessary to complete the work . 42 . PAY ITEM -PIPE -REMOVE (810-00080): This item will include removal of existing concrete storm drain pipe at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth , Item 100 'Preparing Right of Way'. The price bid per linear foot as shown in the Proposal ·will be full payment for disposal and materials including all labor, equipment, tools and incidentals necessary to complete the work. 43. PAY ITEM -PIPE -ABANDON (BID-00901): This item will include abandoning existing concrete storm drain pipe at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction , City of Fort Worth, Item 100 'Preparing Right of Way'. Storm sewer pipe to be abandoned shall be filled with a grout that shall consist of two (2) sacks of cement per cubic yard of sand. The plugs on the ends of the storm pipe to be abandoned shall be substantial enough to assure no leakage and leeching of the fill material from the ends of the line. The existing storm pipe to be abandoned can be accessed either from existing manholes or from additional holes provided in the existing line. The sewer shall be totally filled, as much as possible with no voids remaining. No leakage at plugs shall be present. All additional holes for access shall be patched . The price bid per linear foot as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. If required, additional access to assure complete filling or installation of plugs shall be considered subsidiary to that price . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements · PMO Release Date : 07/28/2010 Page SP-19 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 44. PAY ITEMS -PIPE -21 Inch -CL Ill -INSTALL (BID-00081), PIPE -24 Inch -CL Ill -INSTALL (BID-00082), PIPE -30 Inch -CL Ill -INSTALL (BID-00083), PIPE -36 Inch -CL Ill -INSTALL (BID-00085), PIPE -42 Inch -CL Ill -INSTALL (BID-00086), · PIPE -48 Inch -CL Ill -INSTALL (BID-00087): This item shall include the furnishing and installation of new Class Ill Reinforced Concrete Pipe, appurtenant fittings and connections at locations shown on and details included within the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 440 'Reinforced Concrete Pipe' and Item 402 'Trench Excavation and Backfill for Storm Drain.' Jetting of trench backfill will not be allowed on this project. Work subsidiary to this pay item includes all the proposed excavation, trench backfill in the project area and filter fabric. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 · 'Embankment' and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt , debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 45. PAY ITEMS-BOX CULVERT-4FT X 3FT-INSTALL (BID-00873), BOX CULVERT-SFT X 3FT-INSTALL (BID-00876): This item shall include the furnishing and installation of new Reinforced Concrete Box Culvert, appurtenant fittings and connections at locations shown on and details included within the plans. This item shall be governed by all applicable provisions of Standard SpecificatioAs for Construction, City of Fort Worth, Item 441 'Precast Reinforced Concrete Box Sections' and Item 402 'Trench Excavation and Backfill for Storin Drain.' Jetting of trench backfill will not be allowed on this project. Work subsidiary to this pay item includes all the proposed excavation, trench backfill in the project area and filter fabric. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 'Embankment' and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to : rocks, concrete, asphalt, debris, etc . The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. · City of Fort Worth , Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-20 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 46. PAY ITEM-INLET-REMOVE (BID-00102): This item will include removal of existing concrete curb inlets at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 100 'Preparing Right of Way'. The price bid per each 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 ITEMS -INLET-INLINE - 5 Ft -INSTALL (BID-00109), INLET-INLINE-10 Ft -INSTALL (BID-00106), INLET-INLINE-15 Ft -INSTALL (BID-00107), INLET-INLINE-20 Ft-INSTALL (BID-00108): INLET-INLINE -DROP 4 Ft -INSTALL (BID-00104): This item shall include furnishing materials and construction of reinforced concrete inlets at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures SD-001 and SD-020. The unit price per each shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. · 48. PAY ITEMS -MANHOLE - 4 Ft X 4 Ft -INSTALL (BID-00118), MANHOLE -4 Ft X 4 Ft (STACKED) -INSTALL (BID-00118), MANHOLE - 5 Ft X 5 Ft -INSTALL (BID-00117), MANHOLE - 6 Ft X 6 Ft -INSTALL (Bl D-00117): This item shall include furnishing materials and construction of reinforced concrete manholes at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures SD-006, SD-007 and SD-010. The unit price per each shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 49. PAY ITEM-MANHOLE -Type 1-C -INSTALL (BID-00115): This item shall include furnishing materials and construction of reinforced concrete manholes at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as plan details. The unit price per each shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-21 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 50. PAY ITEM-JUNCTION BOX-11 FtX 7 Ft-INSTALL (BID-01287): This item shall include furnishing materials and construction of reinforced concrete junction boxes at locations shown on the plans. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as plan details. The unit price per cubic yard shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each . 51. PAY ITEMS-HEADWALL-TYPE CH-PW-0-INSTALL (BID-00069}, . HEADWALL-TYPE FW-0 WINGWALLS w/CONCRETE APRON -INSTALL (BID-00069), HEADWALL-TYPE CH-FW-0 wNELOCITY DISSIPATORS -INSTALL {BID-00069): This item shall include furnishing materials and construction of reinforced concrete ·headwalls at locations shown on the plans . This item shall be governed by all applicable prov1s1ons of Standard Specifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as plan details. The unit price per cubic yard shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 52. PAY ITEM-FENCE -REMOVE (BID-00127): This item shall include the removal and disposal of fence at locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall be responsible for keeping pets within the fenced areas during construction operations and while removing the fence, and for any damage or injury sustained by persons, pets or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 53 . PAY ITEM -FENCE -CHAIN LINK-INSTALL (BID-00128}: This item shall include the furnishing and installation of new 8-feet fence at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 510 'Chain Link Fence'. The constructed fence shall be equal in every way, or superior, to the fence removed. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements . PMO Release Date : 07/28/2010 page SP-22 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The unit price per linear foot shown on the Proposal shall be measured in place from center- to-center of end post or corner posts and shall be full compensation for all fence actually constructed , including gates, materials , labor, equipments , tools and incidentals necessary to complete the work for each. 54. PAY ITEM -FENCE-TEMPORARY -INSTALL (BID-00130): This item shall include the installation, maintenance, and subsequent removal and disposal of the temporary fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials so they may be used in reconstructing the fence. The constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping pets/livestock within the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons , pets/livestock or property on account of any act of omission, neglect or misconduct of his agents, employees , or subcontractors . Within Trail Driver Park , the Contractor shall install plastic mesh fencing per manufacturer's specifications to provide a visual warning and control. Fencing shall be supported by and securely tied to steel posts (T-Posts) driven into ground, be 36-inches (minimum) in height, and safety orange in color. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 55 . PAY ITEM -GRASS-SOD-INSTALL (BID-00137): This item shall include furnishing and installation of block sodding at locations as shown on plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for . Construction , City of Fort Worth , Item 118 'Sodding '. If installation is within parklands, the following provisions shall be applicable: PART 1 1.01 REFERENCE STANDARDS A. For exotic plant materials : American Joint Committee of Horticultural Nomenclature , Second Edition, 1942. 8 . For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller 1.02 SUBMITTALS Samples, certificates and specifications of sod, fert ilizer, compost , soil amendments or other materials may be requested by the Project Manager. City of Fort Worth , Texas .Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-23 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the Project Manager. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Sod : Harvesting and planting operations shall be coordinated with not more than forty eight hours elapsing between the harvesting and · planting. B. Fertilizer 1. Unopened bags labeled with the analysis . 2. Conform to Texas Fertilizer Law. 1.04 QUALITY CONTROL The contractor who plants the sod is responsible for supervision of his crew, while planUng the sod and maintaining the sod until the project is accepted by the City.PART 2 -PRODUCTS 2.01 SOD A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades, rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than one inch. Sod shall be alive, healthy and vigorous and shall be free of insects, disease, stones and undesirable foreign materials and grasses . Sod shall have been produced on growing beds of clay or clay-loam topsoil. The sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected . If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass. B.. The sod shall be cut in strips four feet wide, or as called for on plan, to be laid parallel with the contours. · 2.02 FERTILIZER A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. B. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate shall be 45 pounds of nitrogen per acre. 2.03 WATER The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation . The amount of water will vary according to the weather variables. Generally, the sod should be soaked one time per day for City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-24 of 51 -- 2 .04 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS three weeks or until established. Soaking is mandatory after spreading the fertilizer. COMPOST All compost material is to be totally organic and decomposed for at lease nine months. All compost is to be clean and free of fungus , disease , live plants , seed , excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Perma Green Compost", as specified below or an approved equal , shall be used. Raw organics are not acceptable . A. For soil with an alkaline pH condition : Use "New Life Acid Gro" (acid pH) soil conditioner as produced by So il Building Systems of Dallas , or an approved equal . B. For soil with an acidic pH condition : Use "Perma Green Compost" by Texas Earth Resources, Inc. of Dallas, or "New Life Natural Grower" (ph 8.0 to 9 .0) by Soil Build ing Systems, Inc., of Dallas. C. Sample and Specification Submittal: Submit a producer's specification and a quart sample of the compost proposed for the Project Manager's approval. PART 3 -EXECUTION 3.01 GENERAL All turfing operations are to be executed across the slope , parallel to fin ished grade contours. 3.02 SOIL PREPARATION City effort Worth , Texas A. Scarify subgrade to a depth of three inches (3 ") before depositing the required topsoil. B. Tillage shall be accomplished to loosen the topsoil, destroy existing vegetation and prepare an acceptable sod bed . All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten inches apart. In itial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may be used for areas to be planted with sod . C. Cleaning : Soil shall be further prepared by the removal of debris , building materials, rubbish , weeds and stones larger than one inch in diameter. D Fine Grading : After tillage and cleaning, all areas to be planted shall be topdressed with one-half inch compost and then shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps Spec ial Provisions For Street and Storm Drain Improvements PMO Re lease Date : 07/28/2010 Page SP-25 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS and objectionable soil clods. This shall be the final soil preparation step to be completed before planting. 3.03 PLANTING Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the sod bed by mechanical roller so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, compost shall be used to fill all cracks between sods, Excess compost shall be worked into the grass with suitable equipment and shall be well watered. The quantity of compost shall be such that it will cause no smothering or burning of the grass. 3.04 FERTILIZING Twenty-one days after planting, turfgrass areas shall receive an application of 3- 1-2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per requirements indicated in Part 2 -2.03 Water. The unit price per square yard shown on the Proposal shall be full compensation for all materials, labor, equipments, tools, soil preparation, fertilization, planting and other requirements regarding turfgrass sodding, and incidentals necessary to complete the work. 56. PAY ITEM -GRASS-HYDROMULCH SEEDING -INSTALL (BID-00134): This item shall include furnishing and installation of hydromulch seeding at locations as shown on plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 120 'Seeding'. The specification is supplemented by the following : Materials A. 8. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer .. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors . 4. Mulch should contain no more than ten percent (10%) moisture, air dry weight basis. 5. Additives shall include a binder in powder form. 6. Material shall form a strong moisture retaining mat. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-26 of 51 SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2 . All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. Where applying fertilizer on newly established seeding areas - 100 pounds of Nitrogen per acre. b. Where applying fertilizer on established seeding areas -150 pounds of Nitrogen per acre . C. Erosion Control Measures 1. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled paper mulch. 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket (follow the manufacturer's directions), unless turf reinforcement mat is designated for use by plans: "Curlex I" from American Excelsior, 900 Ave. H East, P. O.Box 5624, Arlington, Texas 76001, 1-800-777-SOIL. D. Mixing Seed, mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty (30) minutes after placed in the equipment. E. Seed Bed Preparation Clear Surface of All Materials, Such As: 1. Stumps, stones, and other objects larger than one inch. 2 . Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. Tilling 1. 2. 3 . In all compacted areas till one inch (1 ") deep. If area is sloped greater than 3: 1, run a tractor parallel to slope to provide less seed/water run-off. In areas near trees: Do not till deeper than one half (1/2 ") inch inside "drip line" of trees. F. Water: Shall be furnished by the Contractor as an ancillary cost to the Contract by means of temporary metering/ irrigation, water truck or by any other method necessary to achieve viable, acceptable stand of turf . The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables . Generally, an amount of water that is equal to the average amount of rainfall plus one half inch (1/2") per week should be applied until such time 100% full growth coverage is ·achieved and one mowing cycle is performed by the Contractor and accepted by the Owner . . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-27 of 51 Mulching A. B. C . SPE.CIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Watering : Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. Apply uniformly after completion of seeding . Mulch may be applied concurrently with fertilizer and seed, if desired. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces -minimum 1,500 lbs./acre. 2. Sandy soils, sloping surfaces -minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces -minimum 2,500 lbs./acre. 4. Clay soils, sloping surfaces -minimum 3,000 lbs./acre. 5. "Flat" and "sloping" surfaces will be shown on the plans if not visually obvious. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one (21) days, or 2. Until seeds have germinated and have rooted in soil, and project has been accepted by the City. Establishment, Maintenance and Acceptance A. Includes initial seed application and establishment, protection, replanting as necessary , maintaining grades and immediate repair of erosion damage until the project receives final acceptance. B. Initial full coverage turf establishment shall be considered as 100% growth to a height of three (3") inches with one mow cycle performed by the Contractor on all newly established areas prior to consideration of acceptance by the Owner .. C. Replanting Replant areas where a stand of grass is not present in a reasonable length of time, as determined by the City. The unit price per square yard shown on the Proposal shall be full compensation for all materials, labor, equipments, tools, soil preparation, fertilization, planting and other requirements regarding turfgrass seeding, and incidentals necessary to complete the work. 57. PAY ITEM -TOPSOIL -INSTALL (BID-00147): This item shall include furnishing and installation of topsoil at locations deemed necessary by the ENGINEER. This item shall be governed by all applicable prov1s1ons of Standard Specifications for Construction, City of Fort Worth, Item 116 'Topsoil'. The proposed quantities shown are calculated to provide topsoil 2-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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07 /28/201 O Page SP-28 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. The unit price per cubic yard shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 58. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (810-00372): This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 525 'Trench Safety System'. This specification covers the trench safety requirements for all trench excavations 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 excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. 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. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. All methods used for trench excavation safety protection shall be measured by the linear foot of trench greater than five (5) feet and paid at the unit price in the Proposal, which shall be total compensation for furnishing safety system design, materials, tools, labor, equipment and incidentals necessary, including removal of the system. 59. PAY ITEM -RIPRAP -REMOVE {810-00093): This item will include removal of existing rock riprap at locations shown on the plans or where deemed necessary by the ENGINEER. Chipping, breaking and removal of existing rock riprap, necessary excavation to install the new rock riprap and same day haul-off of the removed material to a suitable dumpsite shall be subsidiary to this pay item. The price bid per square yard as shown in the Proposal will be full payment for materials including all l~bor, equipment, tools and incidentals necessary to complete the work. 60. PAY ITEM -RIPRAP-GROUTED <THAN 18 INCH ROCK-INSTALL {810-00098): This item shall include the construction of grouted rock riprap for erosion control at the ends of pipes and structures at locations shown on the plans or where deemed necessary by the ENGINEER. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-29 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The rock used may consist of broken concrete or natural stone . Broken concrete and natural stone shall be as nearly uniform in section as practical; natural stone shall be dense and resistant to the action of water and air, and suitable in all other respects for the purpose intended. Rock shall weigh between 40-lbs and 150-lbs each, with 50% weighing over 100- lbs. Grout shall consist of one part Portland Cement and three parts sand, thoroughly mixed with water. Grout shall have the consistency such that it will flow into and completely fill all joints. The rock shall be placed in a single 18-inch layer with close joints. The upright axis of the stones shall make an angle of approximately 90-degrees with the embankment slope. The courses shall be placed from the bottom of the embankment upward . Open joints shall be filled with spalls . After the rock has been placed, the rock shall be wetted thoroughly and the spaces between the stones shall be completely filled with grout. The surface of the riprap shall be swept with a stiff brush after grouting. No riprap shall be constructed during freezing weather. The work shall be protected from the sun and kept moist foa at least three days after grouting . Required backfilling and finished grading adjacent to riprap shall be completed in order to be accepted and measured as completed. The unit price per cubic yard shown on the Proposal shall be full compensation for all materials, labor, equipments, tools, preparing the subgrade and incidentals necessary to complete the work. 61 . PAY ITEM-CURB & GUTTER -REMOVE (810-00424): This item will include removal of existing concrete curb and gutter at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 104 'Removing Old Concrete'. Sawcutting and removal of existing concrete curb and gutter, necessary excavation to install the new concrete curb and gutter and same day haul-off of the removed material to a suitable dumpsite shall be subsidiary to this pay item. Contractor shall sawcut both the curb and gutter, and pavement prior to removal. The pay limit will be 9 inches out from the gutter lip. The price bid per linear foot as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 62. PAY ITEM -CURB & GUTTER-7 INCH w/18 INCH GUTTER -INSTALL (810-00426): . This item shall include the construction of reinforced concrete curb and gutter on HMAC paved streets along the alignment of the proposed storm sewer trunk, 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 for Construction, City of Fort Worth, Item 502 'Concrete Curb & Gutter'; as well as drawing No.S-S3 and plan details. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-30 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS A 5 inch (minimum) or greater, as required, depth of stabilized subgrade properly compacted under the proposed cu rb and gutter, as shown in the construction details shall be installed and shall be subsidiary to the un it price bid . The 9 inch street void shall be filled with H.M.A.C . "Type D" mix per Item 300 "Asphalts , Oils and Emulsions ", Item 304 "Prime Coat" and Item 312 "Hot Mix Asphaltic Concrete". Top soil per Item 116 "Top Soil", if needed , shall be added and leveled to grade beh ind the curb. Both H.M .A.C . and top soil shall be subsidiary to the un it price bid. 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 with in 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 . 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 sha ll not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is requ ired . Required backfilling and finished grading adjacent to curb and gutter shall be completed in order to be accepted and measured as completed . The price bid per linear foot as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . . 63. PAY ITEMS-WALK-REMOVE (BID-00529), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), This item shall include the removal of concrete sidewalk and wheelchair ramp at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction , City of Fort Worth , Item 104, "Removing Old Concrete ". Removal limits shall coincide with existing sidewalk joint pattern. Sawcutting and removal of existing concrete sidewalk/ramp, necessary excavation to install the new concrete sidewalk/ramp and same day haul-off of the removed material to a suitable dumpsite shall be subsidiary to this pay item. The unit price per square foot shown on the Proposal shall be full compensation for all materials , labor, equipments , .tools and incidentals necessary to complete the work 64 . PAY ITEM -WALK-INSTALL (BID-00528): This item shall include the construct ion of reinforced concrete sidewalk at locations shown on the plans or where deemed necessary by the ENGINEER. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Re lease Date : 07/28/2010 · Page SP-31 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth , Item 504 , "Concrete Sidewalk and Driveways ". Required backfilling and finished grading adjacent to walk shall be completed in order to be accepted and measured as completed. The unit price per square foot shown on the Proposal shall be full compensation for all materia ls, labor, equipments , tools and incidentals necessary to complete the work . 65 . PAY ITEM-WALK-ADA WHEELCHAIR RAMP -INSTALL (BID-01227): This item shall include the construction of reinforced concrete wheelcha ir at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth , Item 504, "Concrete Sidewalk and Driveways"; as well as plan details. Ramps shall comply with prov1s1ons of Texas Accessibility Standards (TAS) including location , slope , width, shapes, texture and coloring . Detectable warning surface shall be approved manufactured truncated domes complying with Section 4.29 of TAS and dark red in color. Required backfilling and finished grading adjacent to walk shall be completed in order to be accepted and measured as completed . The unit price per square foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 66 . PAY ITEM-PAVEMENT-CONCRETE-PARKING LOT FLATWORK -REMOVE (BID-00457): This item shall include the removal of concrete pavement at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable prov1s1ons of Standard Specifications for Construction, City of Fort Worth, Item 104, "Removing Old Concrete" and Item No . 106 , "Unclassified Street Excavation". Sawcutting and removal of existing concrete pavement, existing base and necessary excavation to install the concrete pavement shall be subsid iary to this pay item. The unit price per square yard shown on the Proposal shall be full compensation for all materials, labor, equipments , tools and incidentals necessary to complete the work. 67. PAY ITEM -PAVEMENT - 6 Inch REINFORCED CONCRETE FLATWORK -INSTALL (BID-00450): This item shall include the construction of reinforced concrete flatwork at locations shown on the plans or where deemed necessary by the ENGINEER This · item shall be governed by all applicable provisions of Standard Specifications for Construction , City of Fort Worth, Item 314 "Concrete P·avement". City of Fort Worth , Texas Speci al Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-32 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS A 2" foundation course (Pl<15) shall be installed at no additional cost. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Required backfilling and finished grading adjacent to flatwork shall be completed in order to . be accepted and measured as completed. The unit price bid per square yard for 6-inch Concrete Pavement as shown on the proposal will be full compensation for materials, labor, equipment, tools 68. PAY ITEM -DRIVEWAY -REMOVE {BID-00402): This item shall include the removal of concrete driveway at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable prov1s1ons of Standard Specifications for Construction, City of Fort Worth, Item 104, "Removing Old Concrete". Removal limits shall coincide with existing pavement joint pattern or as directed by ENGINEER. Sawcutting and removal of existing concrete driveway, necessary excavation to install the new concrete driveway and same day haul-off of the removed material to a suitable dumpsite shall be subsidiary to this pay item. · The unit price per square foot shown on the Proposal shall be full compensation for all materials, labor, equipments , tools and incidentals necessary to complete the work 69. PAY ITEM -DRIVEWAY-6 INCH -INSTALL {BID-00404): This item shall include the construction of reinforced concrete driveway at locations shown on the plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 504 , "Concrete Sidewalk and Driveways"; as well as drawing No.S-S5 and plan details . The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . The unit price per square foot shown on the Proposal shall be full compensation for all materials, labor, equipments , tools and incidentals necessary to complete the work . 70. PAY ITEM-SIGN -PROJECT DESIGNATION -INSTALL {BID-00504): This item shall include the furnishing and installation of project signs at the following locations: NE28th St/Schwartz Ave Intersection; Havenwood/Oakmont Intersection; Havenwood/End O'Trail Intersection ; Enderly/Park Place Intersection; Enderly/West Allen Intersection or where deemed necessary by the ENGINEER. The Contractor shall construct and install five (5) 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. City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-33 of 51 SPECIAL PROVIS[ONS FOR STREET AND STORM DRAIN IMPROVEMENTS It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the encl.osed 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 shown on the Proposal shall be full compensation for materials including all labor, equipment, tools and incidentals necessary to complete the work. 71. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (810-00100): This item will consist of the basic requirements which the Contractor must comply with in order to provide for storm water pollution prevention. , PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). · Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-34 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Process ing 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 re lease of sed iment and pollution from the construction site. Five of the project SWPPP 's are available for view ing at the plans desk of the Department of Transportation and Public Works. The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Envil't>nmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shail 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improveme nts . PMO Release Date: 07/28/2010 Page SP-35 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. The lump sum unit price shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work as contained within the project SWPPP 72. 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 . 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, City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-36 of 51 SPE.CIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS the Contractor's time will begin in accordance with the t imeframe 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. The lump sum unit price shown on the Proposal shall be full compensation for design, installation, maintenance, removal and shall include all materials, labor, equipments, tools and incidentals necessary to complete the work. 73. PAY ITEM-PAVEMENT-2 INCH HMAC ON 6 INCH FLEX BASE-TEMPORARY- INSTALL (BID-00442): This item will consist of the furnishing and placing of temporary 2 inch (MIN) HMAC pavement over flexible base along the alignment of the proposed storm sewe r trunk and laterals, at locations shown in these plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth , Item 312 'Hot Mix Asphaltic Concrete' and Item 208 'Flexible Base'; the Public Works Department Typical Sections for Pavement and Trench Repair for Utility Cuts, Figure STR-030; and plan details. A 2-inch surface course (Type 'D') shall be placed in one lift to match existing grade; a 6-inch subgrade shall be placed in one lift. Subsidiary to this pay item shall be sawing, excavation and removal of asphaltic material, as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockp il ed on the job site. All required paving cuts shall be made with a concrete saw i n a true and straight line on both sides of the trench. A double cut sawing sequence shall be utilized with the first pass of sawcutting along the trench walls and the second pass a minimum of twelve (12) inches outside the trench walls. 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. City of Fort Worth , Texas Special Prov isions For St reet and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-37 of 51 · SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. · All residential driveways shall be accessible at night and over weekends . The unit price bid per square foot shown on the Proposal shall cover all cost for providing temporary pavement and will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 74. PAY ITEM-PAVEMENT-2 INCH (MIN) HMAC ON 2/27 CONCRETE BASE -INSTALL (810-00443): This item will consist of the furnishing and placing of 2 inch (MIN) HMAC pavement over 2/27 concrete base along the alignment of the proposed storm sewer trunk and laterals, at locations shown in these plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth , Item 312 'Hot Mix Asphaltic Concrete'; the Public Works Department Typical Sections for Pavement and Trench Repair for Utility Cuts, Figure STR- 028; and plan details. The new pavement shall match the existing asphalt pavement depth . A 2-inch minimum surface course (Type 'D') shall be placed in one lift to match existing grade; base courses (Type 'B') shall be placed in 3-inch maximum lifts. Subsidiary to this pay item shall be sawing, excavation and removal of asphaltic material, as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench. A double cut sawing sequence shall be utilized with the first pass of sawcutting along the trench walls and the second pass a minimum of twelve (12) inches outside the trench walls . 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. All residential driveways shall be accessible at night and over weekends . The unit price bid per square foot shown on the Proposal shall cover all cost for providing pavement equal to or superior in composition, thickness, etc., to existing pavement and will City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-38 of 51 SPECIAL PROVIStONS FOR STREET AND STORM DRAIN IMPROVEMENTS be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 75 . PAY ITEM-PAVEMENT-8 INCH PULVERIZATION-REHAB (BID-00454): This item will consist of the pulverizing and rehabilitating existing asphalt pavement 8 inches in depth at locations shown in these plans or where deemed necessary by the ENGINEER. Contractor shall pulverize the existing pavement to a depth of 8 inches. After pulverization is completed, contractor shall temporarily remove and store the 8 inch deep pulverized material, then cut the base an additional 2 inch , to provide place for the proposed 2 inch H.M.A.C. overlay. The 2 inch base cut shall start at a depth of 8 inches from the existing pulverized surface . After the undercut operation is completed, contractor shall spread , mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% Portland Cement shall be used to bind the pulverized materia l. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10 inches, the 2 inch cut will be taken from the 10 inch pulverized material. Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day . After the pulverization material is cured, the contractor shall overlay it with 2 inches of H.M.A.C . surface within five (5) calendar days . If the contractor fails to begin the work with in five (5) calendar days , a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per square yard shown on the Proposal shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize , remove and store the pulverized material, undercut the base, mixing , compaction , haul off, sweep, and dispose of the undercut material. The 2 inch H.M.A.C. overlay will be paid by separate item . 76 . PAY ITEM -PAVEMENT - 2 INCH TOO INCH WEDGE MILLING DEPTH -5FT WIDE · -INSTALL (BID-01163): This item will consist of wedge milling existing asphalt pavement in preparation for a HMAC surface overlay at locations shown in these plans or where deemed necessary by the ENGINEER. Milling shall be along existing curb and gutter sections (wedge cut), 2-inches adjacent to the existing curb and gutter section and 0-inches at five feet out from the edge of the curb and gutter section . Pavement milling machines shall be track propelled type (rotomill) capable of maintaining precise grade and cross-slope control. No loose aggregate shall remain on the project at the end of each workday. After the wedge mill is completed, the contractor shall overlay it with 2 inches of H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days , a $200 dollars liquidated damage will be assessed per block per day. City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Imp rovements .PMO Release Date : 07/28/2010 Page SP -39 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The unit price bid per linear foot shown on the Proposal shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work, including hauling of milled material, working around existing surface improvements and protecting adjacent improvements from damage. The 2 inch H.M.A.C. overlay will be paid by separate item. 77 . PAY ITEM-PAVEMENT-CEMENT MODIFICATION -26LBS/SY -INSTALL (BID-01120): This item will consist of the furnishing and placing of Portland cement base treatment at locations shown in these plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction , City of Fort Worth, Item 214 'Portland Cement Treatment'. The unit price bid per ton shown on the Proposal shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. 78. PAY ITEM -PAVEMENT - 2 INCH SURFACE COURSE -TYPED MIX -INSTALL (BID-00447): This item will consist of the furnishing and placing of 2 inch HMAC surface coarse -Type 'D' mix at locations shown in these plans or where deemed necessary by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 312 'Hot Mix Asphaltic Concrete'; Item 300 "Asphalts, Oils and Emulsions"; Item 304 "Prime Coat"; and Item 313 "Central Plant Recycling-Asphalt Concrete". · Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C . overlay. The City will provide laboratory control as necessary. The unit price bid per square yard shown on the Proposal shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. 79. PAY 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-40 of 51 SPE.CIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 80. PAY 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 un it 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 wo rk. 81 . PAY ITEM -INSPECTION -PRECONSTRUCTION CLEANING & TV -STUDY (BID-00202}: This item will consist of the inspection and evaluation of storm sewer pipes prior to rehabilitation at locations shown in these plans or where deemed necessary by the ENGINEER. Assessment will be performed using visual inspection, and pan and tilt color camera -CCTV. Videos and inspection reports will be generated upon which the ENGINEER can make decisions regarding needed rehabilitation. Camera distortion , inadequate lighting , dirty lens and blurred or hazy pictures will be causes for rejection of video. Clean des ignated sewer using mechanical , hydraulically propelled or high-velocity sewer cleaning equipment. Select cleaning processes which will remove grease, soil, solids and debris from sewer segment. More than one method or type of equ ipment may be required at a single location. Remove debris from cleaning operations from the site and dispose of lawfully at the end of each working day . Immediately after cleaning, produce a video using a pan and tilt radial viewing pipe inspection camera that pans 275-degrees+/-and rotates 360-degrees. Camera must have an accurate footage counter, which displays on the monitor the exact distance of the camera from the centerline of the starting manhole . Use a camera with a camera height adjustment so that the lens is always centered at one-half the inside diameter of the pipe being inspected. Notify the ENGINEER 24 hours in advance of any television inspection so that the ENGINEER may observe inspection ioperations. Provide video discs that are compatible for viewing with standard DVD playback devices. The unit price bid per linear foot shown on the Proposal shall be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the wo rk. 82. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID-00414}: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the City of Fort Worth . Texas Special Provisions For Street and Storm Dra in Improvements PMO Re lease Date : 07/28/2010 Page SP-41 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 83 . 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. 84. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 85. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 86. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-42 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The method of application shall be by screen , sifter, sieve, or other means in order to provide for a uniform color distribution . 86 . NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily bas is. 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 cond ition , 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. 87 . 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 capabil ities and experience. a. Experience preparing and maintain ing 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-43 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 . 87 .(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 subm itted 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 constra ints, sequencing requirements, and completion time . b. The construct ion 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 verbat im 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 : procu rement, construct ion , 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 ma,:iufacturer's operation and maintenance instructions 8. Installed equ ipment and material testing City of Fort Worth , Texas Special Provis ions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-44 of 51 SPE.CIAL PROVISIONS FOR STREET AND STORM. DRAIN IMPROVEMENTS 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing 87(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule , • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly prog ress 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. 87(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 requi rements 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. 88. 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 . City of Fort Worth , Texas Spec ial Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/20 10 Page SP-45 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 addit ionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 89 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to this contract. 90. 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Imp rovements PMO Release Date : 07/28/2010 Page SP-46 of 51 SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 91 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date , and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 92 . NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment o r backfill or as otherwise directed by the ENGINEER shall washed , crushed stone and shall meet the following gradation and abras ion : (Actual washing not requ ired 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 . 93. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M .A.C . is cut, such cuts shall be made w ith 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 . 94. 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 min imum to two (2) working days before repaving beg ins on any street. Marking the curbs w ith 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 City of Fort Worth , Texas Spec ial Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/20 10 Page SP-47 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 95. 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 . 96. 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. 97. 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. 98 . 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 f looding 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 . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-48 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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 conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-49 of 51 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. E. 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-50 of 51 Date: ----- SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhead) CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: -------------- Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR 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 TIDS 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-51 of 51 FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT B -PHASE 2 TRAIL DRIVERS PARK/SCHWARTZ AVENUE, Michael J. Moncrief Mayor AND NORTH HAVENWOOD LANE CITY PROJECT No. 00094 TPW No. P227-541200-2012800094 83 -NOVEMBER 2010 William A Verkest, P.E. Dale A Fisseler, P .E. City Manager Director, Transportation and Publ ic Works Department S . Frank Crumb, P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth D-ANNENBAUM ENGINEERING CORPORATION T .B .P:E, FIRM REGISTRATION #392 .6421 CAMP .BOWIE BLVO,STE -4-00 FT.W ORTH , TX 761 16 (8 17) 763-88 83 DEC Project No. 4447-01 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevalling Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC} and the American Sub-Contractors Association (ASA}, conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476} A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician FJagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Ro11er Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wa£on Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 · Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Bui lder DrvwaU Mechanic Drvwall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technicia n Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I "''' R,te Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcim1 Steel Setter $19 .12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Heloer $13.49 Sorinkler System Installer $13.12 Sorinkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 -- Hrly Rate $20.43 $14.90 $10 .00 $14.00 $10.00 $16.96 $12 .31 $18.00 $9 .00 $17.43 $20.50 $17 .76 $12.63 $10.50 $14. 91 $16.06 $9.75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. 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 G :\1210\4447-01\PROJECTISpecifications\Phase 2\6 .0-SECTION 6 COVER.doc ... ._ ... - .... ... - ... .... CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406 .096 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No .4876 and City of Fort Worth Project Number P227/541200/2012700094 83 Rober-\--:E-a.n::Ptc , e. . D. o. Title 3/18 /zotl Date ST ATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared 'Row-+ tt.:L.Yro\u known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of CPS Civil, LLC the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /£_day ofmou}c1 2011. JULIETA R. HENJUM Notary Public, State of }exas My commissi on Expires October 1 O. 2012 PERFORMANCE DONO Bond No . ASB-524557 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § American Safety Casualty That we (I) CPS Civil, LLC a s Principal herein, and (2) Insurance Company , a corporation organized under the laws of the State of (3) Oklahoma . 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 Hundred Sixty Thousand, Forty-three Dollars and 00/100 ............................. Dollars ($260,043.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these present. APK O 5 2011 WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ of -----'-"2'""0..a.l~l a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Miscellaneous Storm Drain Improvements Contract B -Phase 2 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. APR Q 5 2011 SIGNED AND SEALED this __ day of ____ =2-'-0~ll"'. (SEAL) (SEAL) NOTE: Title : Robet:+: Fa..rtt>LQ , C -'O. o . 1215 Crest Lane Drive Duncanville, TX 75137 American Safety Casualty Insurance Company Surety BY : Name: Sandra Lee Roney (Attorney-in-fact) -:: : -_- Address : 100 Galleria Pkwy., Suite 700 ::~ : :--............ __ _ A=tl=an~ta~,~G~A~3~0~3~3.9~~~~~~-·· ~-_, _____ ,...,:·~-.. AO· ....... Telephone Number: 800-388-3647 .::..------• - (I) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) 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 the bond shall not be prior to date of Contract. Bond No . ASB-524557 PAYMENT BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT That we (I ) CPS Civil, LLC a s Principal herein , and (2~merican Safety Casualty Insurance Company a corporation organiz ed and existing under the la ws of the State of (3 ) Oklahoma , as surety, are held and firmly bound unto the City of Fort Worth , a municipal corporation located in T a rrant and Denton Counties, Texas, Obligee herein, in the amount of Two Hundred Sixty Thousand, Forty-three Dollars and 00/100 ............................. Dollars {$260,043.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , s uccessors and assigns, jointl y a nd severally, firml y by these presents: ~PR (t'$1~ S, the Principal has entered into a certain wrinen contract with the Obligee dated the __ day of 1 f'r.':tJ. , 2011 , 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 proj ect : Miscellaneous Storm Drain Improvements Contract B -Phase 2 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 prosecut ion of the work under the contract, then this obligation sha ll be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied a t length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. APR O 5 20U SIGNED AND SEAL E D thi s __ day of ___ _, 2011. Name : Rober:+ Fa.v-~~fC-l ... .1..,_) ______ . ____ . Title : --~C~. P~-~0~, ________ _ 1215 Crest Lane Drive Duncanville, TX 75137 American Safety Casualty Insurance Company ~ Witness : ~~:RETY~,,. D , • ~-. NOTE : I . Correct name of Principal (Contractor). 2 . Correct name of Surety . 3. State of incorporation of Surety . ~~:: --. .-"' -~ ~,.. Name : Sandra Lee Roney · _ . . .. Attorney in Fact ---Address : -------~-"'--.~--- 100 Galleria Pkwy ., Suite 700 Atlanta , GA 30339 Telephone Number: 800-388-3647 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. -. MAINTENANCE BOND THE STATE OF TEXAS Bond No . ASB-524557 COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS : American Safety Casualty That CPS Civil. LLC (Contractor), as principal, and Insurance Company , a corporation organized under the laws of the State of OK , (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 Hundred Sixty Thousand, Forty-three Dollars and 00/100 ............................. Dollars ($260,043.00) lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators , assigns and successors, jointly and severally . This obligation is conditioned, however; that, r \'v\,~\Y} , said Contractor has entered into a written Contract with the City of Fort Worth, dated the __ /"\0'ay M 2011 copy of which is hereto attached and made a part hereat: the performance of the following described public improvements: Miscellaneous Storm Drain Improvements Contract B -Phase 2 the same being referred to herein and in said contract as the Work and being designated as project P227/541200/2012700094 83and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and 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 Two (2) Years after the date of the final acceptance of the work by the City ; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years ; and, WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period , if in the opinion of the Director of the Water Department of the City of Fort Worth, 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 the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in !._counterparts, each one of which shall be deemed an original, this_ ~~f Q 5 2011 : . A.O . 2011. M:XXKKXX : Witness : (S EAL) Title : --~C-·~O~.O~. _____ _ American Safety Casualty Insurance Company Surety BY : ~Q•~ \ Na me: Sandra Lee Roney ...... _ T itl e: Attorney in Fact -~ ...... ·----... .---,-_. 100 Galleria Pkwy., Su ite· 700 -:-_ , _A_tla_n_t_a,_G_A_3_03_3_9 _____ • ,·'. -.:.. .• Address ' .. . . POWER OF ATTORNEY NUM BER ASB-524564 KNOW ALL MEN BY THESE PRESENTS , that American Safety Casualty Insurance Company has made , constituted and appointed , and by these presents does make , constitute and appoints Pa tri cia Lee Bartlett, Carolyn J. Goodeno ugh .Sammy Joe Mull is, J r:., John W ill iam Newb y.Sand ra Lee Ron ey .Michae l Tullis , Mary Jo Za krze wsk i its true and lawful attorney-in-fact , for it and its name , place , and stead to execute on behalfof the said Company . as surety.bonds , uridertaking and contracts of suretyship to be given to ALL OBLIGEES provided trnit no bond or un.deri.i,ki~ or CQJllract of suretys hip execllf!3d under this au!horl ty shall exceed ~ ~mount the sum of ***THREE MILLION***($3,000 ,000.00) DOLLARS*** This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the fol lowing Resolution adopted by the Board of J)irectors 9f the Con,pany of the 6#! day of August , 2009 . . ,,.61;SO LVED , that the President lo conj unction with the Secretary ori any Ass.istant Secretary may aPPQiqf attorneys-in-fact Of'"agents 'Mlij' auth ority as defined or limited in the instrument evidencing the appointment in each case , for and on behalf of the Company , to execute and deliver and affix the seal of the Company to bands . undertakings , recognizances , and suretysh ip obl igations of all kinds ; and said officers may remove any such attorney-in- . factor agent and revoke any power of attorney previously granted to suc n persons . RESOLVED FU RTH ER , that any bohd, undertak ing , recognizance , or st.i retysh ip obl igati<>ri shall be val id and binding upon fhe company when : (i) when signed by the President or any Vice-Pres ident and attested and sealed (if a seal is requ ired ) by any Secretary or Ass istant Secretary or (ii ) when signed by the President or any Vice-President or ~etary or t-ssistant Secretary, .~nd count ~f·sig~ and sealed ma ~al is .fFQUired) by a duly yauthorized attorney-in-fact or agent; or (iii) when duly executed ar,d ~aled (if a seal is req uired) by one !II' more attorney-in-fad or agents pursuant to and within th e li mits of the authopty evide~ by the power of attomE1y issued by the Cotppany lo slfh ~ or persoo i ~ RESOLVED FURTH ER, that the signature of any authorized officer and the seal of the Company may be affixed by facs imile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertak ing , recogn izance or <>U,er suretyship oblipations of the Company ; and such signature and seal when 59 used shall have the same.force and effects as though manuallf affixed . , IN WITN ESS WH EREOF, American Safety Casualty lnsdrance Company has caused its official seal to be hereunto affixed , and fhese presents to be signed by its President and attested by its Secretary this 6111 day of August , 2009 G ~I>. ~- Ambuj Ja in '::l - STATE OF GEO RGIA ,COU NTY OF COBB Signed and sea ;,· OIUGINAf,S-0 THIS POWEil OF A ITORNEY ARE PRI NTE D WITT{ R.ED NUMERICAL NUMBERS DU PLICAl"ES SHALL RA VE'THE SA.ME FORCE.AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTI ON WITH 'JllEOR.IGINAL -~: :::: - .. · DocuGard 04541 - 6 Security Features , Prints "VOID" on front when duplicated , Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin-reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper-resis tant attributes DocuGard 04541 -6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alteration> • Watermark on back can be seen when sheet is held on an angle • Coin-reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper-resistant attributes DocuGard 04541 -6 Security Features • Prints 'VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin-reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tampeHesistant attributes DocuGard 04541 -6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin-reactive ink on watermarK changes color when scratched with a cc ,n • Microtext border contains the DocuGard name and is difficul1 to copy • Security Feature, Box lists tamper-r<,,• istant attributes 1. IMPORTANT NOTICE To obtain information or make a complaint: 2. You may contact your claims representative at 1-800-388-364 7. 3. You may call American Safety Casualty Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-388-364 7 4 . You may also write to American Safety Casualty Insurance Company at: 100 Galleria Parkway, Suite 700 Atlanta , GA 30339 5 . You may contact the Texas Department of Insurance to obtain information on companies , coverages , rights or complaints at: 1-800-252-3439 6 . You may write the Texas Department of Insurance: P . 0 . Box 149104 Austin , TX 78714-9104 Fax: (512)475-1771 Web: http://www.tdi.state.tx.us E-mail : ConsumerProtection@tdi.state. tx. us 7 . PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or surety first. If the dispute is not resolved , you may contact the Texas Department of Insurance. 8 . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja : Puede comunicarse con su claims representative al 1-800-388-364 7 . Usted puede llamar al numero de telefono gratis de American Safety Casualty Insurance Company's para informacion o para someter una queja al : 1-800-388-364 7 Usted tambien puede escribir a Insurance Company of the West/Independence Casualty & Surety Company al : 100 Galleria Parkway, Su ite 700 Atlanta , GA 30339 Puede Comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas , derechos o quejas al : 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P . 0 . Box 149104 Austin , TX 78714-9104 Fax : (512) 475-1771 Web: http://www.tdi.state .tx.us E-mail: ConsumerProtection@tdi.state. tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con el agent o surety primero. Si no se resuelve la disputa , puede entonces comun icarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. STATE OF TEXAS § § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS: APR 05 2011 This Contract is made and entered into this the __ day of ,2011 , by and between the City of Fort Worth , a home-rule municipal corporation situated in Tarrant , Denton , Parker , and Wise Counties , Texas , hereinafter referred to as "Owner", by and through Charles W . Daniels , its duly authorized Assistant City Manager , and CPS Civil, LLC , hereinafter referred to as "Contractor", by and through its duly authorized representative . WITNESS ETH: 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 : Miscellaneous Storm Drain Improvements Contract B -Phase 2 2. That the Contract Documents shall consist of the written , printed , typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders , instructions to bidders, proposal, plans , specifications , notice of award , special provisions , general provisions , work order(s), this Contract, and the payment, performance, and maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner , and shall also include the additional instruments bound herewith. 3. 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 Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. The Contractor hereby agrees and binds itself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. Of f!CIAL RECO RD Cl ·y 5f.C';'aETARY ...... ~ ,,.. ..... RTH TX ~ ~. lj/lV ' 5. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to full y 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 120 Calendar Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans , 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 , a per day charge of $210 per Working Day as stipulated in these contract documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 6. 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 Plans , Specifications , and 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. 7. Contractor co venants and agree s to indemnify, hold harmless and defend , at its own expense, the Owner, its officers , servants and employees , from and against an y and all claims or suits for property loss , property damage , personal injury , including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors , licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employee s 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 recei v es a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, may 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 und er a City Contract. OFF ICIAL RECO RD c,Tv SECRETAR Y ·t' WORTH , TX 8. Owner agrees and bind s itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work , and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the Contractor 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 shall be Two Hundred Sixty Thousand, Forty-three Dollars and 00/100 ............................. Dollars, ($260,043.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by Contractor without the written consent of the Owner. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF , the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas. OFF ICtAL RE CORD CITY SECRE TARY FT. WOR TH, TX RECOMMENDED: APPROVED AS TO FORM AND LEGALITY : Doug Black Assistant City Attorney TITLE C. O.'D. ATTEST: City Secretary \\\ t \ d-_,;i \ \ Date AUTHORIZATION Approval Date: L\: \5 \ I) OF FICIAL RECO RD CITY SECRETARY FT, WORTH, TX SECTION 7 -PERMITS TxDOT PERMIT (10-SD-115-10) G :\1210\4447-01\PROJECnSpecifications\Phase 2\7 .0 -SECTION 7 COVER.doc To: PERMIT TO CONSTRUCT PUBLIC ACCESS FACILITIES ON HIGHWAY RIGHT OF WAY SC HWARTZ AVENUE PAVI NG & DRAINAG E IMPROVEMEN TS C ITY OF F ORT WORTH c/o Dannenbaum Engineering Corp. 6421 Camp Bowie Boulevard, Suite 400 Fort Worth, Texas 76116-5421 Hwy . SH 183 Control 94 Permit No . 10-SD -115-10 Section 2 The Texas Department of Transportation , hereinafter called the State, hereby authorizes, CITY OF FORT WORTH, hereinafter called the grantee, to (re) construct storm drain improvements, sidewalk and pedestrian improvements and concrete paving improvements on the highway right-of-way abutting Highway No. SH 183 in TARRANT County, located ON SH 183 (NE 281h Street) AT SCHWARTZ AVENUE IN FORT WORTH, TEXAS. Subjectto the following : 1. The grantee is responsible for the costs associated with the construction of these improvements . 2. Design of facilities shall be as follows and/or as shown on sketch: TO CONSTRUCT STORM DRAIN IMPROVEMENTS, SIDEWALK & PEDESTRIAN IMPROVEMENTS AND CONCRETE PAVING IMPROVEMENTS WITHIN THE STATE RIGHT OF WAY IN ACCORDANCE WITH THE ATTACHED PLANS SEALED BY CURTISS. CALDWELL, P.E. ON 8-2-2010. ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY SHALL BE IN ACCORDANCE WITH STATE STANDARDS AND SPECIFICATONS. ALL PAVEMENT MARKINGS WITHIN THE ST ATE RIGHT OF WAY SHALL BE THERMO-PLASTIC MATERIAL. SEE ATTA CHM ENT "A ". All pipe (CGMP or RCP). safety end treatments and base material, shall be at the job site located off the State right of way prior to the driveway installation. All construction and materials shall be subject to inspection and approval by the State. 3. Maintenance of facilities constructed hereunder shall be the responsibility of the grantee , and the State reserves the right to require any changes, maintenance or repairs as may be necessary to provide protection of life or property on or adjacent to the highway. Changes in design will be made only with approval of the State. 4 . The grantee shall hold harmless the State and its duly appointed agents and employees against any action for personal injury or property damage sustained by reason of the exercise of this permit. 5. Except for regulatory and guide signs at county roads and c ity streets, the Grantee shall not erect any sign on or extending over any portion of the highway right of way, and vehicle service fixtures such as service pumps, vendor stands, or tanks shall be located at least twelve 3.6 meters (12 feet) from the right-of-way line to ensure that any vehicle services from these fixtures will be off the highway. 5. This permit will become null and void if the above-referenced driveway facilities are not constructed within six (6) months from the issuance date of this permit. RALPH BROWNE, AE / GARY L. PHILLIPS, TMS VII 7. The grantee will contact the State's representative EULESS, TEXAS SAGINAW, TEXAS telephone (817) 232-1304 at least twenty-four (24) hours prior to beginning the work authorized by this permit. DIST FILE: Texas Department of Transportation Date of Issuance: Time Process: Date: August 3, 2010 76DAYS May 19. 2010 APP·ROVAL Signed: --.,----..JU,a...)u~~· ~D~is::!:'.tr~ic:!::t E,:5,n=g:::..in~e,t:::e:!or ~~~j~------- For: Richard Schill* E. Director of Maintenance Texas Department of Transportation ATTACHMENT "A" CITY OF FORT WORTH SCHWARTZ AVENUE PAVING & DRAINAGE IMPROVEMENTS STORM DRAIN IMPROVEMENTS, SIDEWALK & PEDESTRIAN IMPROVEMENTS and CONCRETE PAVING IMPROVEMENTS SH 183 (NE 28th Street) at Schwartz Avenue Fort Worth, Texas . All construction within the State right of way shall be coordinated with the Texas Department of Transportation. ALL CONSTRUCTION INVOLVING STATE RIGHT OF WAY SHALL BE IN ACCORDANCE WITH THE ATTACHED PLANS AND MEET STATE STANDARDS AND SPECIFICAITONS. Rick Taylor, State Inspector, telephone number 817-232-1304, Saginaw, Texas shall be notified twenty-four hours prior to beginning this project within the State right of way . PRE-JOB CONSTRUCTION. MEETING IS REQUIRED PRIOR TO BEGINNING CONSTRUCTION WITHIN THE STATE RIGHT OFWAY AUTHORIZED BY THIS PERMIT. Signs and barricades shall be provided by the contractor which shall consist of detours , barricades, warning signs, flares, flashing light signals , and flagmen as are necessary to direct and protect vehicular traffic while the construction work as described above is done on the State right of way . All traffic control procedures as mentioned above shall be in compliance with the "Texas Manual on Uniform Traffic Control Devices ." Page 2 Utility companies shall be given prior notification of the pending construction to ensure that no conflicts exist within this project area. All utilities that are located under any proposed widening for deceleration lanes shall be relocated to an acceptable location. Any utility installations within the right of way that does not meet certain depth requirements as the result of changing any grades in the construction of this project will need to be lowered to meet those specified depth requirements as originally permitted . IMPORTANT MESSAGE Traffic Signal Operations, telephone number 817- 370-6671, shall be notified forty-eight · hours prior to beginning any excavation within the right of way in order that the State may verify the existence of any electrical wiring. Failure to provide proper notification will result in the immediate repair at the grantee's expense. Parcel 1 Parcel 2 Parcel 3 SECTION 8 -EASEMENTS 1901 NE 28th Street 1912 NE 281h Street 404 North Havenwood Lane .... .·• STORM WATER UTILITY PROJECT-MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-B Parcel# 1 Doe# 4876 1901 NE 28TH STREET LOT A, BLOCK 6, MOODY ADDITION STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 9-17-09 GRANTOR: RICHARD HAWPE GRANTOR'S MAILING ADDRESS: 1815 NE 28TH STREET FORT WORTH, TARRANT COUNTY, TX 76106 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 r. ··' . --· . ..:) ..... r<> --· CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of Lot A, Block 6, Moody Addition, Fort Worth, Tarrant County, Texas, as recorded In Volume 388-15, Page 525, Plat Records, Tarrant County, Texas, and being more particularly described in Exhibit "A". TEMPORARY CONSTRUCTION EASEMENT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-B Page 1 of 6 -- . . Grantor, for the consideration paid to Granter, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of constructing storm drain improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend , all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] TEMPORARY CONSTRUCTION EASEMENT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS-CONTRACT-8 Page2 of 6 .'• GRANTOR : ~~~ RlcfiARD HAWPE GRANTEE : City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY ~p}jA,~~ Assistant City Attorney · ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority ,~ Public in and for the State of Texas, on th is day personally appeared /l!Clj-Af?Q ~~ , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /J-f1-day of __.87?_._,l_L_L _______ , 20.1.Q_. Notary Public in TEMPORARY CONSTRUCTION EASEMENT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS-CONTRACT-8 of Texas _. Page 3 of 6 ... ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant C ity Manager of the City of Fort Worth , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this~ day of _,_~-£....;....o1 ( _______ . 20 10. EVONIA DANIELS !,tY COM MISSION EXP IRES Jul'f 10, 2013 After recording return to: City of Fort Worth Department of Engineering Real Property Services 1000 Throckmorton St Fort Worth, TX 76102 ~~~ Notary Publicin' and for the State of Texas Page 4 of 6 TEMPORARY CONSTRUCTION EASEMENT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-8 ... EXHIBIT "A" Being a 20 feet by 20 feet temporary construction easement situated in Lot A , Block 6, Moody Addition, being an addition to the City of Fort Worth, Tarrant County, Texas, · according to the plat thereof recorded in Volume 388-15, Page 525, Plat Records, Tarrant County, Texas (P.R.T.C.T.), and being a portion of that same tract of land conveyed to RICHARD HAWPE, by deed as recorded in Volume 13976, Page 494, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: Beginning at a 5/8 " iron rod found at the southwest property corner of the said Lot A, said point being at the intersection of the north right-of-way line of Northeast 29th Street, being a variable width right-of-way, and the east right-of-way line of Schwartz Avenue, also being a variable width right-of-way; THENCE North 00°03'24" West, along the west property line of the said Lot A and along the said east right-of-way line of Schwartz Avenue, a distance of 20.00 feet to a point; THENCE North 89°44'59" East a distance of 20.00 feet to a point; THENCE South 00°03'24" East a distance of 20.00 feet to a point on the south prope~ line of the Lot A , said point being on the said north right-of-way line of Northeast 28 Street; THENCE South 89°44'59" West, along the said south property line and along the said north right-of-way line of Northeast 28th Street, a distance of 20 .00 feet to the Point of Beginning containing 0.009 acres (400.0 Sq. Ft.} of land more or less . TEMPORARY CONSTRUCTION EASEMENT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-8 Page 5 of 6 PLAT OF EXHIBIT "A" SEE A TT ACHED L£GAL DESCRIPTION ON PAGE 5 or EXHIBIT "A" HEREIN I I __ _j N00'03'24"W 20.00' P.0.8. EXHIBIT "A" 5/8" IRF I !i ~I ~I ~I a: I I LOT A, BLOCK 6 MOODY ADDITION VOL. 388-15, PAGE 525 P.R.T.C.T. 0.643 ACRES (TAO) RICHARD HAWPE VOL. 13976, PG. 494 D.R.T.C.T. EXHIBIT "A" 20' X 20' TEMPORARY CONSTRUCTION EASEMENT 0.009 ACRES (400.0 SQ. FT.) SOO'O;S'24"E LN89'44'59"E , I 20.00 140.03' ~ ~~"-p,,~ ...... 1,....-. -:----RIGHT.:-or-WAY LINE~ 5/8" IRF S89'44 59 W 20.00· 0 20' 40' N.E. 28TH STREET VARIABLE WIDTH R.O.W. GRAPHIC SCALE IN FEET 1" = 20' NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY IS THE TEXAS STATE PLAIN NA083 NORTH CENTRAL TEXAS ZONE ( 4202). STORM WATER UTILITY PROJECT MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT B PARCEL NO. 1 SUBDIVISION: MOODY ADDITION LOCATION: CllY OF FORT WORTH, TARRANT COUNlY, l'EXAS WHOLE PROPERTY ACREAGE: 0.643 ACRES TAD S&A JOB NO.: 09-018 ORA~ BY: J.W.C. DATE: 9-17-09 CHECKED BY: E.S.S. CITY PROJECT No. 00094 ,..., 0.0.E. 4876 TEMPORARY CONSTRUCTION EASEMENT EXHIBIT "A" ' '.SPOONER & ASSOC ., INC . 309 BYERS STREET, f100, EULESS, TX 76039, PH 817-281-2355 FAX 817-685-8508 ··. ; I SUZANNE HENDERSON COUNTY CLERK CITY OF FORT WORTH DEPT OF ENGINEERING 1000 THROCKMORTON FT WORTH , TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM 100 West Weatherford Fort Worth, TX 76196-0401 PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Reg istration : 4/21/2010 12 :57 PM Instrument#: D210092467 E 7 PGS $36 .00 By · q~.-,a::e-..-___ -~----~---· ------- 0210092467 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID.AND UNENFORCEABLE UNDER FEDERAL LA_W . Prepared by : SLDAVES . ' STORM WATER UTILITY PROJECT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-8 Parcel# 2 Doe #4876 1912 NE 28TH STREET LOTS 10-14 & THE REMAINDER OF LOT 9 , BLOCK 8, DIAMOND HILL ADDITION STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESE CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE : 10-08-09 GRANTOR: G. K. TRAN, INC. GRANTOR'S MAILING ADDRESS: 405 FOREST RIVER COURT FORT WORTH, TARRANT COUNTY, TX 76112 GRANTEE: CITY OF FORT WORTH GRANTEE 'S MAILING ADDRESS : 1000 THROCKMORTON ST. FORT WORTH , TARRANT COUNTY, TX 76102 '.J CONSIDERATION: Ten Dollars ($10.00) and other good and valuable cons ideration , the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being all of Lots 10-14 & the remainder of Lot 9, Block 8, Diamond Hill Addition, Fort Worth, Tarrant County, Texas, as recorded In Volume 388, Page 21, Plat Records, Tarrant County, Texas, and being more particularly described in Exhibit "A". STORM WATER UTILITY PROJECT-MISCELLANEOUS STORM DRAIN IMPROVEMENTS-CONTRACT-8 Page 1 of 6 ·I -~-' Granter, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction of drainage facilities . Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Granter hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same , or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] STORM WATER UTILITY PROJECT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS-CONTRACT-B Page 2 of 6 GRANTOR: G .K. Tran , Inc. • ~"Tr~n. P'ft..>•d~ GRANTEE: C ity of Fort Worth Fernando Costa Assistant C ity Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Kl Iv'\ i" ~1 tv , known to me to be the same person whose name is subscribed to the foregoing instr ument, and acknowledged to me that the same was the act of and that he/she execu ted the same as the act of sa id for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this _5 __ day of __.A~~-t ,\,,___ __ . 20~ . .. ;; -~-\-·.·-.MICHAEL TWALTERS ( • • --\ NOTARY PUBLIC Notary Public in and for the State of Texas \ "· :: _. / State ofTel'as j ··-. .. ''')f'Ml. Exp. 05-2.2-20 10 ....... ~ .. ~ .... :.-... ~ • uuut,ll a~ STORM WATER UTILITY PROJECT-MISCELLANEOUS STORM DRAIN IMPROVEMENTS-CONTRACT-B Page 3 of 6 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § . BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this 14 +I, day of ~Af"'F-+-ti._.L _____ . 201D. EVONJP. DA.Nli:LS MY COM MI SS1 :·.F.~ ;,)(P IRES July 1G. 20'1 3 STORM WATER UTILITY PROJECT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-8 Page 4 of 6 .. EXHIBIT "A" Being a 30 feet wide temporary construction easement situated in Lots 10-14 and the remainder of Lot 9, Block 8, Diamond Hill Addition, being an addition to the City of Fort Worth, Tarrant County, Texas , accord ing to the plat thereof recorded in Volume 388, Page 21, Plat Records, Tarrant County, Texas (P .R.T .C.T.), and being a portion of that same tract of land conveyed to G.K Tran, Inc., by deed as recorded in Tarrant County Clerks Instrument Number 0199314705, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at the northwest property corner of the said G .K. Tran, Inc. tract, said property corner being at the intersection of the south right-of-way line of Northeast 28th Street and the east right-of-way line of a 20 feet wide public alley; THENCE North 89°13'00" East, along the north property line of the said G.K. Tran, Inc. tract and along the said south right-of-way line of Northeast 28th Street, a distance of 11 .00 feet to a point being located South 89°13'00" West a distance of 215.01 feet from a 1/2" iron rod with a square top found at the northeast property corner of the said G.K. Tran, Inc. tract; THENCE South 00°47'00" East a distance of 30 .00 feet to a point; THENCE South 89°13'00" West a distance of 23.30 feet to a point on the west property line of the said G.K. Tran, Inc . tract, said point being on the said east right-of-way line of the 20 feet wide public alley; THENCE North 21 °30'1 O" East, along the said property line and along the said right-of- way line, a distance of 32.42 feet to the Point of Beginning containing 0.012 acres (514.4 Sq. Ft.) of land more or less . Revision : 11-11-09 STORM WATER UTILITY PROJECT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-8 Page 5 of 6 PLAT OF EXHIBIT "A" SEE ATTACHED LEGAL DESCRIPTION ON PAGE 5 OF EXHIBIT "A" HEREIN N.E. 28TH STREET VARIABLE WIDTH R.O. W. P.O.B. EXHIBIT N89·13·oo"E LINE 1/2"1.R.F. w/ [ RIGHT-Of-WAY 11.00' _________ N89.13'00"E ______ ___t1;1 ~ !~P ............... ~--215.01' v v / CITY OF FORT WORTH TRAIL DRIVERS PARK I 0 20' . ~ -· . . - 40' GRAPHIC SCALE IN FEET 1" = 20' EXHIBIT "A" 30' WIDE TEMPORARY CONSTRUC~ON EASEMENT 0.012 ACRES (514.4 SQ. FT.) se9·13·oo"w 23.30' LOTS 10-14 & THE REMAINDER OF LOT 9, BLOCK 8 DIAMOND HILL ADDITION VOL. 388, PAGE 21 P.R.T.C.T. G K TRAN, INC T.C.C.I.No. 0199314705 D.R.T.C.T. NOTE: THE BASIS OF BEARINGS FOR THIS SURVEY ARE BASED ON THOSE SHOWN ON INSTRUMENT CONVEYED TO G K TRAN, INC. AS RECORDED IN T.C.C.I.No. D199314705, D.R.T.C.T. STORM WATER UTILITY PROJECT MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT B I I I CITY PROJECT No. 00094 "' 0.0.E. 4876 PARCEL NO. 2 SUBDIVISION: DIAMOND HILL ADDITION LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS WHOLE PROPERTY ACREAGE: 1.441 ACRES DEED S&A JOB NO.: 09-018 DRAYIN BY: J.W.C. DATE: 10-08-09 CHECKED BY: E.S.S. SPOONER & ASSOC., INC. 309 BYERS STREET, #100, EULESS, TX 76039, TEMPORARY CONSTRUCTION EASEMENT EXHIBIT "A" PH 817-281-2355 fAX 817-685-8508 I I I I I I I I~ /;:j I I /l I ~ I I I I REVISED: 11 -11 -09 ~SUZANNE HENDERSON ........... COUNTY CLERK I;;.. ~ t-~ :c:~ -~: :< ;,.: ~~ .>.. ~: 100 West Weatherford Fort Worth, TX 76196-0401 . ·;-·:· coo~}. .... . l •,"' •/ -------------------·· .. : .. ~.: .. •· CITY OF FORT WORTH RIGHT OF WAY AND EASEMENT TEAM 900 MONROE STE 404 FT WORTH, TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS JS PART OF THE OFFICIAL RECORD. Filed For Registration : 4/19/2010 1:01 PM Instrument#: 0210089340 E 7 PGS $36 .00 ~----------~ By·-··--··-··-.. -··--·-----·--- D210089340 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : CAMADDOCK ;:· , ,. STORM WATER UTILITY PROJECT -MISCELLANEOUS STORM DRAIN IMPROVEMENTS -CONTRACT-B Parcel#3 t :n t.1.lG I! ;,;{ IQ: l 1 Doe# 4876 404 N. HAVENWOOD LN. LOT 29, WOODHAVEN COUNTRY CLUB EST A TES ST ATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT· "§ CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) DATE: GRANTOR: 4-30-10 JERRY W. WALLER & KATHLEEN M. WALLER GRANTOR'S MAILING ADDRESS: 404 N. HAVENWOOD LN. FORT WORTH, TARRANT COUNTY, TX 76112-1011 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10 .00) and other good and va luable consideration . the receipt and sufficiency of wh ich is hereby acknowledged . PROPERTY: Being a portion of Lot 29, Block 22, Woodhaven Country Club Estates, Fort Worth, Tarrant County, Texas, as recorded In Volume 388-61, Page 60-61 , Plat Records, Tarrant County, Texas, and being herein more particularly described in Exhibit "A ". PERMANENT DRAINAGE FACILITY EASEMEN T (Pipe) Re v 0612008 Grantor, for the consideration paid to Granter and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility , hereafter referred to as "Facility ". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes , inlets, flumes, headwalls , wingwalls, slope pavement, gabions, rock rip-rap and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining , replacing, upgrading, and repairing said Facility. In no event shall Granter {It use the Property-· irr arry-ma-ntter wnich .. fnleffere·s in any ·mate·naf ·way. or · -is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, includ.ing, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the storm drain and its appurtenances . However, Granter shall be permitted to install and maintain driveways and parking lots across the easement. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided , however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever ; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee , its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires , singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] . PERMANENT DRAINAGE FAC ILITY F.ASEMENT (Prpe ) Rev 06/2008 GRANTOR: (\ ii -----1i (,, L, L ,_) J1 L Jerrj/Jv.waler , I K c~k1tt-.1vt .1v0l§r Kathleen M. Waller GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersign~ uthority, a Notary Public in and for the State of Texas, on this day personally appeared -e · 'l' , known .to me to be the same person whose name is subsc i ed to he foregoing · trument, and acknowledged to me that the same was the act of r ~ r' and that he/she executed the same as the act of said for the purposes and consideration therein expressed nd in the GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ .5 __ day of PERMANENT DRA INAGE FACILITY EASEMENl (Pope) Rev 06/2008 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersig~, a No~.!'~" and for the State of Texas, on · this day personally appeared J::::i. · k at g, , known to me to be the same person whose name is subsc ·bed t foreggil)g, ins ment, and acknowledged to me that the same was the act of {-t:P tCc and that he/she executed b~~~~~~~ ~~~~~ and consideration therein expre GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ 3 _____ day of PERMANENT DRAINAGE FACILITY EASEMENT (Pope) Rev 06/2008 ACKNOWLEDGEMENT ST ATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. n'"" GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ vl_ day of ----~------'' 20 \'Q. LINDA M. HIRRLlNGER . MY COMMISSION EXPIRES FebnJa1Y 2, 2014 · PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Re~. 06/2008 EXHIBIT "A" Being a variable width drainage easement situated in Lot 29, Block 22, Woodhaven Country Club Estates. being an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Volume 388-61, Page 60-61, Plat Records, Tarrant County, Texas (P.R.T.C.T.), and being a portion of that same tract of land conveyed to JERRY W. WALLER and KATHLEEN M. WALLER, by deed as recorded in Tarrant County Clerks Instrument Number 0204386514, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said drainage easement being herein more particularly described by metes and bounds as follows: BEGINNING at a Point on the east property line of said Lot 29, said beginning point being on the west right-of-way line of Havenwood Lane, being a 50 feet wide right-of-way, said beginning point also being on the north edge of an existing 10 feet wide utility easement as _ shown on said Woodhaven Country Club Estates, said beginning point also being located · North 12°34'06" East a distance 5.00 feet from a 5/8" iron rod found at the southeast property corner of the said Lot 29; THENCE North 76°53'00" West, along the said north edge of the existing 10 feet wide utility easement, a distance of 38. 70 feet to a point on the north edge of an existing 15 feet wide drainage easement as shown on said Woodhaven Country Club Estates; THENCE North 57°12'41" West, along the said north edge of the existing 15 feet wide drainage easement, a distance of 14 .20 feet to a point at the beginning of a curve to the right having a radius of 92 .50 feet; THENCE in a Northwesterly direction, continuing along the said north edge of the existing 15 feet wide drainage easement and along the said curve through an arc length of 18 .22 feet and across a chord bearing North 51°34'12" West a distance of 18.19 feet to a point; . THENCE South 78°06'13" East a distance of 67.93 feet to a point on the said east property line, said point being on the said west right-of-way line of Havenwood Lane, said point also being at the beginning of a curve to the right having a radius of 284.71 feet; THENCE in a Southerly direction , along the said east property line, along the said right-of- way line and along the said curve through an arc length of 14.02 feet and across a chord bearing South 10°40'46" West a distance of 14 .02 to the Point of Beginning containing 0.017 acres (738 Sq. Ft.) of land more or less. PERMANENT DRAINAGE FACILITY EASEMENT (Pipe) Rev. 06/2008 :_j ' r I i ,· , ' ! ) ,/ t . 20' .· ··.· -.. ·. GRAPHIC SCALE IN FEET . . .,. 1-~· # ,.20' ' .. --.,,· '-' ,· ·.~ -~ .. :a --'~.~0 ,:B~. {XHI.E!IT "A" ·-·-··-i- ·,, l I t I J l f SUZANNE HENDERSON ... ~.·~. COUNTY CLERK ,~a··:~,i :~ 1~/ Oij \:~,.·~ ;;:,iJl _____ 1 o_o_w_es_t _w_e_at_h_erf_o_rd_F_o_rt_w_o_rt_h_, T-X-76_1_9_6--04_0_1 ............ FTW ROW AND EASEMENT TEAM CITY OF FTW TX 900 MONROE 404 FTW, TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884 -1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration : 8/11/2010 10 :14 AM Instrument#: 0210194333 E 8 PGS $40 .00 ~---_,..,,~ By · -=-.. ... ~.--.~·--·-·········-·········· ............. ··-........... ·-···---··· ..... ·············. , ..... - 0210194333 ANY PROVISION WH ICH RESTRICTS THE SALE , RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : DBWARD